Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2017_03_28, A-17-115 ASBURY ENVIRONMENTAL SERVICES.pdf
1 AGREEMENT 2 THIS AGREEMENT is made and entered into this_ day of March 2017, by and 3 between the COUNTY OF FRESNO, a Political Subdivision of the State of California, hereinafter 4 referred to as "COUNTY", and Asbury Environmental Services, a California Corporation whose 5 address is 1300 South Santa Fe Avenue, Compton, CA 90221, whom shall hereinafter be referred 6 to as "CONTRACTOR." References in this Agreement to "party'' or "parties" shall be understood 7 to refer to COUNTY and CONTRACTOR, unless otherwise specified. 8 9 W I T N E S S E T H: 10 WHEREAS COUNTY, through participation in Department of Resources 11 Recycling and Recovery (hereinafter "CaiRecycle") payment programs has implemented a local 12 used oil collection program for the purpose of promoting used oil and used oil filter collection 13 and receives payments from Cal Recycle for all approved costs incurred pursuant to Section 14 48690 et seq. of the Public Resources Code, and 15 WHEREAS COUNTY, through its implementation of a local used oil collection 16 program, recruits and supports certified used oil collection centers within its jurisdiction and 17 provides used oil and filter collection services to said collection centers free of charge as a 18 participatory incentive, and 19 WHEREAS COUNTY, through the course of regular business, operates motor 20 vehicle and heavy equipment fleets requiring routine maintenance which causes accumulation 21 of used oil, used oil filters, and related hazardous wastes, and 22 WHEREAS, pursuant to Section 66262.34 of the California Code of Regulations, 23 accumulated hazardous wastes must be removed from premises within 90 days, and 24 WHEREAS the aforementioned activities necessitate that COUNTY secure the 25 services of qualified used oil recycling/hazardous waste disposal contractors. 26 NOW, THEREFORE, in consideration of the mutual covenants, terms and 27 conditions herein contained, the parties hereto agree as follows: 28 Ill -1- 1 1. SERVICES 2 A. CONTRACTOR shall perform all services and fulfill all responsibilities as 3 identified in the Request for Quotation (RFQ) No. 926-5472, dated June 17,2016, and the 4 subsequent Addendum No. 1 to RFQ 926-5472, dated July 7, 2016, true and correct copies of 5 which are attached in combination as Exhibit A hereto, and incorporated by this reference as 6 though fully set forth herein, and in CONTRACTOR'S separate response to said RFQ No. 926- 7 5472, which is attached hereto as Exhibit B, and is incorporated by this reference as though fully 8 set forth herein. 9 B. It is understood that CONTRACTOR shall be providing waste oil, used 1 o filter, antifreeze, and solvent disposal services at one ( 1) or more of the types of facilities as 11 described in RFQ No. 926-5472. The types of facilities include: 1) Fresno County Internal 12 Services Department Fleet Services Division, 2) Sheriff's Office Fleet Services Division, 3) Road 13 Maintenance and Operations Yards at various locations throughout the County, 4) Certified Used 14 Oil Collection Centers located throughout the unincorporated communities of Fresno County as 15 well as the various incorporated cities of Clovis, Coalinga, Firebaugh, Fowler, Huron, Kerman, 16 Kingsburg, Mendota, Orange Cove, Parlier, Reedley, San Joaquin, sSanger, and Selma, and 5) 17 other locations and facilities as identified by COUNTY and, where applicable, approved by 18 Cal Recycle or other applicable State agency, and/or the COUNTY's Department of Public Health, 19 Environmental Health Division, which serves as the Local Enforcement Agency (LEA). 20 C. CONTRACTOR, as indicated in Exhibit B, shall extend contract terms and 21 conditions to all qualified agencies within the Central Valley Purchasing Group, a Purchasing Co- 22 Operative, which is composed of jurisdictional agencies within the Counties of Fresno, Kern, 23 Kings, and Tulare. Members of said Group, whenever possible, utilize contracts and agreements 24 created by other member agencies as if they were created by their own agency (referred to as 25 "piggybacking") for the benefit of cost efficiency for all member tax supported agencies. 26 1) It is understood that that any member agency choosing to avail itself 27 of this opportunity, will make purchases, or utilize services, in its own name, make payment 28 directly to CONTRACTOR, be liable to CONTRACTOR and vice versa, per the terms of the -2- 1 original contract or agreement, all the while holding COUNTY harmless. 2 D. CONTRACTOR warrants that it possesses all licenses and certificates 3 required by local, State of California, and/or Federal laws and regulations for the conduct of its 4 business and shall operate its business in accordance with all applicable laws and regulations. 5 CONTRACTOR further warrants that all of its personnel performing services under this Agreement 6 shall be licensed and certified where required, to lawfully perform their duties and shall maintain 7 such licensure and certifications throughout the term of this Agreement. CONTRACTOR shall 8 allow COUNTY to review these documents upon request. 9 E. In its performance of the services to be provided hereunder, 1 0 CONTRACTOR shall comply with all applicable federal, state, and local laws, ordinances, 11 regulations, and Fresno County Charter provisions in effect at the time of CONSULTANT's 12 performance. 13 F. The cost rates identified in the Quotation Schedule provided as part of 14 CONTRACTOR'S Response to RFQ 926-5472, Exhibit B hereto, shall remain in effect for the 15 entire duration of the Agreement and may only be amended once annually for inflation, as 16 determined by the "Consumer Price Index, All Urban Consumers for San Francisco-Oakland- 17 San Jose, CA, Standard Metropolitan Statistical Area" as published by the United States 18 Department of Labor, Bureau of Labor Statistics (hereinafter "CPI") or any successor index. 19 Such increase shall become effective at the beginning of each 12 month period of this 20 Agreement. Any increase to the original rates set forth in this Agreement shall be subject to 21 written approval of the Director of Public Works and Planning (hereinafter "DIRECTOR") or 22 his/her designee CONTRACTOR shall initiate the rate adjustment process by submitting a 23 proposed adjusted fee schedule to the Department of Public Works and Planning (hereinafter 24 "Department") for review and approval 30 days prior to the expiration of each 12 month period 25 of this Agreement. Cost rate increase shall be applied at 75 percent of the CPI increase. The 26 adjusted rate factor shall be computed as follows: 27 28 Adjusted Rate Factor= 1 + [.75 x CPI Rate Increase] -3- 1 Where the CPI Rate Increase, typically expressed as a percentage, is expressed in decimal 2 form, the adjusted rate then shall be computed as follows: 3 4 5 Adjusted Rate = Current Rate x Adjusted Rate Factor 6 The DIRECTOR or his/her designee expressly reserves the right to approve or disapprove all 7 proposed rate increases. 8 2. TERM 9 The term of this Agreement shall be for a period of three (3) years, 10 commencing on March 28, 2017 through and including March 27, 2020. This Agreement may be 11 extended for two (2) additional consecutive twelve (12) month periods upon written approval of 12 both COUNTY and CONTRACTOR, no later than thirty (30) days prior to the first day of the next 13 twelve (12) month extension period. The Director of the Department of Public Works and 14 Planning or his or her designee ("DIRECTOR") is authorized to execute such written approval on 15 behalf of COUNTY, based on CONTRACTOR'S satisfactory performance hereunder. Any one 16 year renewal period of this Agreement for any CONTRACTOR providing services hereunder 17 shall commence on March 28, 2020 and March 29, 2021, as appropriate; and if extended for 18 both optional one-year terms, then the final termination date of this Agreement would be March 19 29, 2022. 20 21 3. TERMINATION A. Non-Allocation of Funds -The terms of this Agreement, and the services to 22 be provided hereunder, are contingent on the approval of funds by the appropriating government 23 agency. Should sufficient funds not be allocated, the services provided may be modified, or this 24 Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written 25 notice. 26 B. Breach of Contract-The COUNTY may immediately suspend or terminate 27 this Agreement in whole or in part, where in the determination of the COUNTY there is: 28 1) An illegal or improper use of funds; -4- 1 2 3 COUNTY· ' 4 5 2) A failure to comply with any term of this Agreement; 3) A substantially incorrect or incomplete report submitted to the 4) Improperly performed service. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY 6 of any breach of this Agreement or any default which may then exist on the part of the 7 CONTRACTOR. Neither shall such payment impair nor prejudice any remedy available to the 8 COUNTY with respect to the breach or default. 9 C. Without Cause-Under circumstances other than those set forth above, 1 0 this Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written 11 notice of an intention to terminate to CONTRACTOR. 12 13 4. COMPENSATION COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to 14 receive compensation at the rates quoted on CONTRACTOR'S response to RFQ 926-5472, 15 Exhibit B hereto, whenever services are requested by authorized Departmental staff. 16 In no event shall compensation for services performed under this Agreement 17 by CONTACTOR collectively exceed the maximum cumulative annual amount of $50,350.00 in 18 any year during the term, including any renewal period( s ), of this Agreement. The total maximum 19 cumulative amount payable to CONTRACTOR for the services to be provided hereunder, 20 including the initial three (3) year term and the two (2) potential one year renewal periods, shall not 21 exceed $251,750.00. It is understood that all expenses incidental to CONTRACTOR'S 22 performance of services under this Agreement shall be borne by CONTRACTOR. 23 5. INVOICING AND PAYMENT A. Invoicing 24 25 CONTRACTOR shall submit, within ten days from date of service, invoices 26 to COUNTY's Department division staff representative, as identified in Exhibit C. Invoices shall 27 be summarized in a statement format. All invoices submitted shall include the following 28 required information: name of facility, facility address, service date(s) or date range, programs -5- 1 serviced by CONTRACTOR(S) (either tire cleanup, tire amnesty, or disposal site). In no event 2 shall CONTRACTOR(S) submit claims to COUNTY for services that have not been authorized 3 in advance. 4 B. Payment 5 COUNTY shall make payment(s) to CONTRACTOR(S) within forty-five (45) 6 days after receipt and verification of the accuracy and sufficiency of CONTRACTOR's invoice( s) 7 by the Department. In the event that a submitted invoice contains any errors or is otherwise 8 determined to be insufficient, the Department will request that corrections be made and a revised 9 invoice shall be resubmitted by CONTRACTOR. Each CONTRACTOR understands that the 45 1 0 day time frame shall commence only upon receipt and verification by the Department that a 11 sufficient invoice has been submitted. 12 13 6. INDEPENDENT CONTRACTOR In performance of the work, duties and obligations assumed by 14 CONTRACTOR under this Agreement, it is mutually understood and agreed that CONTRACTOR, 15 including any and all of the CONTRACTOR'S officers, agents, and employees will at all times be 16 acting and performing as an independent contractor, and shall act in an independent capacity and 17 not as an officer, agent, servant, employee, joint venturer, partner, or associate of the .COUNTY. 18 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method 19 by which CONTRACTOR shall perform its work and function. However, COUNTY shall retain the 20 right to administer this Agreement so as to verify that CONTRACTOR is performing its obligations 21 in accordance with the terms and conditions thereof. 22 CONTRACTOR and COUNTY shall comply with all applicable provisions of 23 law and the rules and regulations, if any, of governmental authorities having jurisdiction over 24 matters the subject thereof. 25 Because of its status as an independent contractor, CONTRACTOR shall have 26 absolutely no right to employment rights and benefits available to COUNTY employees. 27 CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its 28 employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely -6- 1 responsible and save COUNTY harmless from all matters relating to payment of 2 CONTRACTOR'S employees, including compliance with Social Security withholding and all other 3 regulations governing such matters. It is acknowledged that during the term of this Agreement, 4 CONTRACTOR may be providing services to others unrelated to the COUNTY or to this 5 Agreement. 6 7. MODIFICATION 7 Any matters of this Agreement may be modified from time to time by the written 8 consent of all the parties without, in any way, affecting the remainder. 9 8. NON-ASSIGNMENT 1 0 CONTRACTOR shall not assign, transfer or sub-contract this Agreement or 11 any of its respective rights or duties hereunder, without the prior written consent of the COUNTY. 12 9. HOLD HARMLESS 13 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S 14 request, defend the COUNTY, its officers, agents, and employees from any and all costs and 15 expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection 16 with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees 17 under this Agreement, and from any and all costs and expenses, damages, liabilities, claims, and 18 losses occurring or resulting to any person, firm, or corporation who may be injured or damaged 19 by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees 20 under this Agreement. 21 10. INSURANCE 22 Without limiting the COUNTY's right to obtain indemnification from 23 CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full 24 force and effect, the following insurance policies throughout the term of the Agreement: 25 A. Commercial General Liability 26 Commercial General Liability Insurance with limits of not less than One 27 Million Dollars ($1 ,000,000) per occurrence and an annual aggregate of Two Million Dollars 28 ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require -7- 1 specific coverages including completed operations, products liability, contractual liability, 2 Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed 3 necessary because of the nature of this contract. 4 B. Automobile Liability 5 Comprehensive Automobile Liability Insurance with limits for bodily injury of 6 not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 7 Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty 8 Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred 9 Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used 1 o in connection with this Agreement. 11 C. Professional Liability 12 If CONTRACTOR employs licensed professional staff, (e .g., Ph.D., R.N., 13 L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less 14 than One Million Dollars ($1 ,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) 15 annual aggregate. 16 D. Worker's Compensation 17 A policy of Worker's Compensation insurance as may be required by the 18 California Labor Code. 19 CONTRACTOR shall obtain endorsements to the Commercial General Liability 20 insurance naming the County of Fresno, its officers, agents, and employees, individually and 21 collectively, as additional insured, but only insofar as the operations under this Agreement are 22 concerned. Such coverage for additional insured shall apply as primary insurance and any other 23 insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be 24 excess only and not contributing with insurance provided under CONTRACTOR's policies herein. 25 This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance 26 written notice given to COUNTY. 27 Within thirty (30) days from the date CONTRACTOR signs and executes this 28 Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated -8- 1 above for all of the foregoing policies, as required herein, to the County of Fresno, ATTN: Deputy 2 Director of Resources and Administration, 2220 Tulare Street, 6th Floor, Fresno, CA 93721, stating 3 that such insurance coverages have been obtained and are in full force; that the County of 4 Fresno, its officers, agents and employees will not be responsible for any premiums on the 5 policies; that such Commercial General Liability insurance names the County of Fresno, its 6 officers, agents and employees, individually and collectively, as additional insured, but only insofar 7 as the operations under this Agreement are concerned; that such coverage for additional insured 8 shall apply as primary insurance and any other insurance, or self-insurance, maintained by 9 COUNTY, its officers, agents and employees, shall be excess only and not contributing with 10 insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be 11 cancelled or changed without a minimum of thirty (30) days advance, written notice given to 12 COUNTY. 13 In the event CONTRACTOR fails to keep in effect at all times insurance 14 coverage as herein provided, the COUNTY may, in addition to other remedies it may have, 15 suspend or terminate this Agreement upon the occurrence of such event. 16 All policies shall be issued by admitted insurers licensed to do business in the 17 State of California, and such insurance shall be purchased from companies possessing a current 18 A.M. Best, Inc. rating of A FSC VII or better. 19 11. AUDITS AND INSPECTIONS 20 The CONTRACTOR shall at any time during business hours, and as often as 21 the COUNTY may deem necessary, make available to the COUNTY for examination all of its 22 records and data with respect to the matters covered by this Agreement. The CONTRACTOR 23 shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records 24 and data necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. 25 If this Agreement exceeds ten thousand dollars ($1 0,000.00), CONTRACTOR 26 shall be subject to the examination and audit of the Auditor General for a period of three (3) years 27 after final payment under contract (Government Code Section 8546.7). 28 /// -9- 1 12. NOTICES 2 The persons and their addresses having authority to give and receive notices 3 under this Agreement include the following: 4 5 COUNTY 6 COUNTY OF FRESNO 7 ATTN: Deputy Director, Resources and Administration 8 Public Works and Planning 9 2220 Tulare Street, 6111 Floor 1 0 Fresno, CA 93721 CONTRACTOR ASBURY ENVIRONMENTAL SERVICES ATTN : Manager, Government Accounts 1300 South Santa Fe Avenue Compton, CA 90221 11 All notices between the COUNTY and CONTRACTOR provided for or 12 permitted under this Agreement must be in writing and delivered either by personal service, by 13 first-class United States mail, by an overnight commercial courier service, or by telephonic 14 facsimile transmission . A notice delivered by personal service is effective upon service to the 15 recipient. A notice delivered by first-class United States mail is effective three COUNTY business 16 days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice 17 delivered by an overnight commercial courier service is effective one COUNTY business day after 18 deposit with the overnight commercial courier service, delivery fees prepaid, with delivery 19 instructions given for next day delivery, addressed to the recipient. A notice delivered by 20 telephonic facsimile is effective when transmission to the recipient is completed (but, if such 21 transmission is completed outside of COUNTY business hours, then such delivery shall be 22 deemed to be effective at the next beginning of a COUNTY business day), provided that the 23 sender maintains a machine record of the completed transmission. For all claims arising out of or 24 related to this Agreement, nothing in this section establishes, waives , or modifies any claims 25 presentation requirements or procedures provided by law, including but not limited to the 26 Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section 27 810). 28 Ill -10- 13. GOVERNING LAW: 1 2 3 4 Venue for any action arising out of or related to this Agreement shall only be in Fresno County, California. The rights and obligations of the parties and all interpretation and performance of this Agreement shall be governed in all respects by the laws of the State of 5 California. 6 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 7 This provision is only applicable if the CONTRACTOR is operating as a 8 corporation (a for-profit or non-profit corporation) or if during the term of this Agreement, the 9 CONTRACTOR changes its status to operate as a corporation. 10 Members of the CONTRACTOR's Board of Directors shall disclose any self- 11 dealing transactions that they are a party to while CONTRACTOR is providing goods or 12 performing services under this agreement. A self-dealing transaction shall mean a transaction 13 to which the CONTRACTOR is a party and in which one or more of its directors has a material 14 financial interest. Members of the Board of Directors shall disclose any self-dealing 15 transactions that they are a party to by completing and signing a Self-Dealing Transaction 16 Disclosure Form, attached hereto as Exhibit D and incorporated herein by reference, and 17 submitting it to the COUNTY prior to commencing with the self-dealing transaction or 18 immediately thereafter. 19 20 15. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the CONTRACTOR 21 and COUNTY with respect to the subject matter hereof and supersedes all previous Agreement 22 negotiations, proposals, commitments, writings, advertisements, publications, and understandings 23 of any nature whatsoever unless expressly included in this Agreement. 24 Ill 25 Ill 26 Ill 27 Ill 28 Ill -11- 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and 2 year first hereinabove written. 3 4 5 6 11 12 13 14 15 16 17 CONTRACTOR: ASBURY ENVIRONMENTAL SERVICES Title 18 Mailing Address: 19 1300 South Santa Fe Avenue 20 Compton, CA 90221 21 Phone: (310) 886-3400 22 Fax: (310) 537-6596 23 24 25 26 27 28 -12- COUNTY OF FRESNO: By &I~ Chairman, Board of Supervisors BERNICE E. SEIDEL, Clerk Board of Supervisors 1 2 3 4 REVIEWED AND RECOMMENDED FOR APPROVAL: 5 Director, Public Wor s 6 7 8 9 10 11 12 APPROVED AS TO LEGAL FORM: DANIEL C. CEDERBORG, COUNTY COUNSEL 13 APPROVED AS TO ACCOUNTING FORM: 14 OSCAR J. GARCIA, CPA 15 AUDITOR-CONTROLLER/TREASURER-TAX 16 COLLECTOR 17 18 19 By 20 21 22 23 FOR ACCOUNTING USE ONLY: 24 25 26 27 28 ORG: 55122205 FUND: 0001 SUBCLASS: 10000 ACCOUNT: 7295 9026 0700 15000 7295 4510 0010 11000 7295 -13- 8910 1000 10000 7295 3111 0001 10000 7295 COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 926-5472 Exhibit A 1 of 40 WASTE OIL, USED FILTERS, ANTIFREEZE AND SOLVENT DISPOSAL SERVICES Issue Date: ,June 17, 2016 Closing Date: JuLY 19, 2016 Quotation will be considered LATE when the official Purchasing time clock reads 2:00 P.M . Questions regarding this RFQ should be directed to: Debbie Scharnick, e-mail countypurchasing@co.fresno.ca.us or phone (559) 600-7111. Check County of Fresno Purchasing's website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for any future addenda. Please submit all Quotations to: County of Fresno -Purchasing 4525 E. Hamilton Avenue, 2"d Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated , subject to the attached "County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP 's) And Requests For Quotations (RFQ's)". Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of ______ % _____ dayswillapply . COMPANY ADDRESS CITY STATE ZI P CODE TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS SIGNATURE (IN BLUE INK) PRINT NAME T ITLE Purchasing Use : DLS:ssj ORG/Requ isition : 55122205 / 551 1600029 G:\Public\RFQ\F Y 2015-16\926-5472 Waste Oil, Used Filters, etc . Disposal Services\92 6-5 472 Waste Oil , Us ed Filters, etc. Disposal Services.doc PD -010 (11/2015 ) Exhibit A 2 of 40 Quotation No. 926-5472 COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S) Note: the reference to "bids" in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid. 1. 2. BID PREPARATION: A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid. B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified. C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid. D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed. E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated. F) All bids must be dated and signed with the firm's name and by an authorized officer or employee. G) Unless otherwise noted, prices shall be firm for one hundred eighty ( 180) days after closing date of bid. SUBMIITING BIDS: A) Each bid must be submitted on forms provided in a sealed envelope/package with bid number and closing date and time on the outside of the envelope/package. B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. C) ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFP/RFQ, its content, and all issues concerning it. All communication regarding this RFP/RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP/RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFP/RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP/RFQ, its content. or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFP/RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence setforth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. D) Bids received after the closing time will NOT be considered. E) Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost. F) Public Contract Code Section 7028.15 Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. 3. FAILURE TO BID: A) If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list. 4. TAXES, CHARGES AND EXTRAS: A) County of Fresno is subject to California sales and/or use tax (8.225%). Please indicate as a separate line item if applicable. B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc 1A Quotation No. 926-5472 5. W-9-REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING EXEMPTION CERTIFICATE : Upon award of bid, the vendor shall submit to County Purchasing , a completed IRS Fonm W-9-Reo uestforTax oaver Identification Number and Certification and a California Fonm 590 Withholdin o Exem otion Certificate if not currently a County of Fresno approved vendor. 6. AWARDS : A) Award(s) will be made to the most respons ive responsible bidder; however, the Fresno County Local Vendor Preference and/or the Disabled Veteran Business Enterprise Preference shall take precedence when applicable. Sa id Preferences apply only to Reques t for Quotations for materials , equipment and/or supplies only (no services); the preference do not apply to Request for Proposals . RFQ evaluations will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County . The County shall be the sole judge in making such detenmination . B) Unless bidder gives notice of ali-or-none award in bid , County may accept any item, group of items or on the basis of total bid. C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids . D) Award Notices are tentative : Acceptance of an offer made in response to this RFP/RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. E) After award, all bids shall be open to public inspection. The County assumes no responsibility fo r the confidentiality of information offered in a bid . 7. TIE BIDS : All other factors being equal , the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors , it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid . If the General Requirements of the RFQ state that they are applicable, the provis ions of the Fresno County Local Vendor Preference shall take priority over this paragraph . 8. PATENT INDEMNITY: The vendor shal l hold the County , its officers , agents and employees , harmless from liability of any nature or kind , including costs and expenses , fo r infringement or use of any copyrighted or un-copyrighted composition , secret process , patented or unpatented invention , article or appliance furnished or used in connection with this bid . 9. SAMPLES : Samples , when required , must be furnished and delivered free and , if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense . In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate . 10 . RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT: A) In case of default by vendor , th e County ma y procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of th e vendor , if an y, or by suit against the vendor . The prices paid by the County shall Exhibit A 3 of40 be considered the prevailing market price at the time such purchase is made. B) Articles or services , which upon delivery inspection do not meet specifications , will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services . C) Regardless of F.O .B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder. 11. DISCOUNTS : T enms of less than frfteen ( 15) days for cash payment will be considered as net in evaluating this bid . A discount for payment within fifteen (15) days or more will be considered in detenmining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County . Standard terms are Net forty-five (45) days . 12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS : The "General Conditions ' provisions of this RFP/RFQ shall be superseded if in conflict wtth any other section of th is bid , to the extent of any such confli ct. 13 . SPECIAL REQUIREMENT : With the invoice or within twenty-five (25 ) days of delivery , the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances ', published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399 .7.) 14. RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recyc led or recyclable products/materials which meet stated specifications . 15 . YEAR COMPLIANCE WARRANTY : Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit yearfonmat and be able to accurately process date and time data from , into and between the twentieth and twenty-first centuries, as well as leap year calculations . "Product" shall include , without limitation, any piece or component of equipment, hardware , firmware , middleware, custom or c?ommercial software , or internal components or subroutines therein . This warranty shall survive tenmination or expiration of this Agreement. In the event of any decrease in product functionali ty or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correct ly using dates beyond December 31 , 1999 , vendor shall restore or repair the product to the same level of functionality as war ranted herein , so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation , data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shal l be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than yea r perfonmance . 16 . PARTICIPATION : Bidder may agree to extend the terms of the resulting contract to other politica l subdivision , municipal ities and tax-supported agencies . G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services . Doc 18 Quotation No. 926-5472 Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless. 17 . CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County's monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the "Privacy Rule" enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information ("PHI") to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the "Covered Entity" under HIPAA's Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 18. APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award' is not an indication of County's acceptance of an offer made in response to this RFP/RFQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle @co.fresno.ca.us. Appeals should address only areas regarding RFP/RFQ contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP/RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAD within seven (7) working days after Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAD's deeision, the final appeal is with the Board of Supervisors. 19. OBLIGATIONS OF CONTRACTOR: A) CONTRACTOR shall perform as required by the ensuing contract. CONTRACTOR also warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B) CONTRACTOR shall obey all Federal, State, local and special district laws, ordinances and regulations. 20. AUDITS & RETENTION: Exhibit A 4 of40 The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3) years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. 21. DISCLOSURE-CRIMINAL HISTORY & CIVIL ACTIONS: Applies to Request for Proposal (RFP); does not apply to Request for Quotation (RFQ) unless specifically stated elsewhere in the RFQ document. In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their owners, officers, corporate managers and partners (hereinafter collectively referred to as "Bidder'): • Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for: o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; o violation of a federal or state antitrust statute; o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or o false statements or receipt of stolen property Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or local) terminated for cause or default. 22. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the COUNTY for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the COUNTY, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of COUNTY data including sensitive or personal client information; abuse of COUNTY resources; and/or disruption to COUNTY operations. Individuals and/or agencies may not connect to or use COUNTY networks/systems via personally owned mobile, wireless or handheld devices unless authorized by COUNTY for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (COUNTY or Contractor device) or brought in for use into the COUNTY's system(s) without prior authorization from COUNTY's Chief Information Officer and/or designee(s). No storage of COUNTY's private, confidential or sensitive data on any hard- disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The COUNTY will immediately be notified of any violations, breaches or potential breaches of security related to COUNTY's confidential information, data and/or data processing equipment which stores or processes COUNTY data, internally or externally. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services. Doc 1C Quotation No. 926-5472 COUNTY shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to COUNTY's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by COUNTY in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. 23. PURCHASING LOCATION & HOURS: Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second Hoar). Fresno, CA 93702. Non-holiday hours of operation are Monday through Friday, 8:00A.M. to 12:00 Noon and 1:00 P.M. to 5:00 P.M. PST; Purchasing is closed daily from 12:00 Noon to 1:00 P.M. The following holiday office closure schedule is observed: January 1* Third Monday in January Third Monday in February March 31* Last Monday in May July 4* First Monday in September November 11* Fourth Thursday in November Friday following Thanksgiving December 25* New Year's Day Martin Luther King, Jr.'s Birthday Washington -Uncoln Day Cesar Chavez' Birthday Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas * When this date falls on a Saturday, the holiday is observed the preceding Friday. If the date falls on a Sunday, the holiday is observed the following Monday. 24. FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE POLICIES: ADMINISTRATIVE POLICY NUMBER 5 Contract Salary Limitation Fresno County Administrative Policy No. 5 provides that in contracts with non- profit organizations that primarily serve Fresno County and professional service contracts where Fresno County is the sole client, the contractors must agree to the following contract language: 'The contractor agrees to limit administrative cost to a maximum of 15% of the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of the agreement. Failure to conform to this provision will be grounds for contractterminafion at the option of the County of Fresno.' Any bidder that wishes an exemption from this contract requirements must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder's response to the RFP. Only the Board of Supervisors can approve such exemption. Polic y Statement: Contractors shall be limited to a maximum 15% administrative cost as compared to the total program budget and employee benefits shall be limited to a maximum of 20% of salaries. The following language will be included in each applicable contract: 'The contractor agrees to limit administrative cost to a maximum of 15% of Exhibit A 5 of40 the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of this agreement. Failure to conform to this provision will be grounds for contract termination at the option of the County of Fresno.' The above provision shall be applied to renewal or multi-year contracts with non-profit organizations which primarily serve Fresno County and professional services contracts where Fresno County is the sole client, such as: • Community based organization service contracts related to social services, health services, or probation services. • Cultural art program contracts. • Professional services contracts. This policy will not apply to contracts between the County and the Federal or State governments; or one-time contracts. The Board of Supervisors will consider exemptions to this policy only upon the recommendation of the County Administrative Office. Mana gement Res ponsibili ty : It shall be the responsibility of any County official authorized by the Board of Supervisors to execute contracts or enter into agreements on behalf of the County to review all applicable contracts to insure that this policy is fully enforced. It shall be the responsibility of the County Administrative Officer to review requests for exemptions to this policy and to make recommendations to the Board of Supervisors on such requests for exemption. ADMINISTRATIVE POLICY NUMBER 34 Com petitive Bids and Re quests for Pro posals Fresno County Administrative Policy No. 34 provides that no person, firm or subsidiary thereof who has been awarded a consulting services contract by the County, may submit a bid for, or be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. Any bidder that wishes an exemption from this contract limitation must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder's response to the RFP. Only the Board of Supervisors, on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County, can waive this policy. Definitions: Purchasing Authority and Responsibility -In accordance with the State of California Government Code Section 25500 et seq., and the Fresno County Ordinance Code Chapter 2.56, the Board of Supervisors has established a County Purchasing Agent. The Board has designated the County Administrative Officer as the Purchasing Agent. Unless otherwise restricted, all necessary authority and responsibility has been delegated to the Purchasing Agent to satisfy the acquisition requirements of the County. The Purchasing Agent may defer day-to-day acquisition management to the Purchasing Manager as appropriate. Polic y Statement: Competitive bids or requests for proposals shall be secured for all contracts for goods or services which are proposed to be acquired by the County except when in unusual or extraordinary circumstances, a department head, requests an exception to competitive bidding. All such requests must be documented by the department head including a detailed description of the facts justifying the exception. The request must receive concurrence of the procurement authority who will sign that particular contract i.e. the Board of Supervisors or Purchasing Agent/Purchasing Manager. The following circumstances are examples which constitute 'Suspension of Competition": G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services. Doc 1D Quotation No. 926-5472 • In an emergency when goods or services are immediately necessary for the preservation of the public health, welfare, or safety, or for the protection of County property. • When the contract is with a federal, state, or local governmental agency. • When the department head, with the concurrence of the Purchasing Agent, finds that the cost of preparing and administering a competitive bidding process in a particular case will equal or exceed the estimated contract amount or $1,000 whichever is more. • When a contract provides only for payment of per diem and travel expenses and there is to be no payment for services rendered. • When obtaining the services of expert witnesses for litigation or special counsel to assist the County. • When in unusual or extraordinary circumstances, the Board of Supervisors or the Purchasing Agent/Purchasing Manager determines that the best interests of the County would be served by not securing competitive bids or issuing a request for proposal. Contracts for services should not usually cover a period of more than one year although a longer period may be approved in unusual circumstances. Multiple year contracts must include provisions for early termination and must be contingent on available funding. Unless exempted as provided for above, no contract for service shall extend, either by original contract or by extension, beyond three years unless competitive bids have been sought or a Request for Proposal has been processed. During any competitive bidding procedure, all bids shall be opened publicly and the dollar amount of each bid shall be read aloud. Under no circumstance shall a bid which is received at the designated place of opening after the closing time be opened or considered. Contracts for goods or services shall not be effective until approved by the Board of Supervisors or, if appropriate, the Purchasing Agent/Purchasing Manager. Contractors and vendors shall be advised by the responsible department head that performance under the contract may not commence prior to such approval. Medical Professional Contracts The competitive recruitment process, annual performance evaluation, and periodic salary surveys are equivalent to competitive bids for independent physicians contracting with the County on a fee for service basis. A salary survey for physician services shall be conducted every two years. Contracts for physician services shall not extend, either by original contract or by extension, beyond five years unless competitive bids have been sought or unless exempted as provided above. Contracts for Leg al Services The competitive recruitment process, annual performance evaluation, and periodic salary surveys are equivalent to competitive bids for independent law firms and attorneys contracting with the County on a fee for service basis. A salary survey for legal services shall be conducted every two years. The selection of and contracting with firms to provide legal services shall be coordinated through the County Counsel's Office. The County Counsel shall assist in securing a law firm with the requisite legal expertise and price structure that would provide the best service to the County. County Counsel shall be involved throughout the process of selecting a firm, developing a contract, and monitoring the billing and services provided throughout the contract period. Exhibit A 6 of 40 Prohibited Bids Concerning End Product of Consulting Contracts No person, firm, or subsidiary thereof who has been awarded a consulting services contract by the County, shall be awarded a contract for the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. This policy may be waived by the Board of Supervisors on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County. Management Responsibility: The County Administrative Officer is responsible for preparing and issuing written procedures to assure compliance with this policy by all County officials and departments. ADMINISTRATIVE POLICY NUMBER 71 Prohibiting the Use of Public Funds for Political Advocacy Fresno County Administrative Policy No. 71 provides that no County assets, including money, shall be used for political campaigns of any type. Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. No contract entered into by the County shall provide for use of County monies for political campaigns. Policy Statement: Government assets, including money, grant funds, paid staff time, equipment and supplies, facilities or any other government asset shall not be used for political campaigns of any type. Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. Management Responsibility: Department Heads shall be held responsible for ensuring that government assets within their control are not used to advocate for or against any matter or person that has qualified for the ballot. This section does not prohibit the expenditure of government assets to create and provide informational or educational materials regarding a matter that has qualified for the ballot. Such information or educational materials shall provide a fair, accurate and impartial presentation of relevant information relating to the matter that has qualified for the ballot. However, government assets shall not be expended to create and provide such informational or educational materials in the 90 days prior to the election unless specifically authorized by the Board of Supervisors or required by the Public Records Act or other law. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc 1E Quotation No. 926-5472 TABLE OF CONTENTS Exhibit A 7 of40 Page 2 PAGE KEY DATES .................................................................................................................... 3 BIDDING INSTRUCTIONS .............................................................................................. 4 PARTICIPATION ........................................................................................................... 13 REFERENCE LIST ........................................................................................................ 14 BIDDER QUESTIONNAIRE-WASTE OIL DISPOSAL ................................................. 15 BIDDER QUESTIONNAIRE -USED OIL FILTER DISPOSAL ...................................... 18 GROUP I -WASTE OIL ................................................................................................ 20 SECTION "A" -COUNTY OF FRESNO ........................................................................ 21 QUOTATION SCHEDULE-GROUP !. ......................................................................... 24 QUOTATION SCHEDULE-GROUP 11. .•...•.............•....•.•.....•.•.•.•.•...•..•...•...•.......•........ 29 QUOTATION SCHEDULE-GROUP Ill (OTHER) ........................................................ 31 WASTE OIUOIL FILTER COLLECTION QUOTATION SCHEDULE INFORMATION QUESTIONNAIRE ......................................................................................................... 32 CHECK LIST ................................................................................................................. 33 G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 KEY DATES RFQ Issue Date: Vendor Conference: Vendors are to contact Debbie Scharnick at (559) 600-7111 if planning to attend vendor conference. Deadline for Written Requests for Interpretations or Corrections of RFQ: RFQ Closing Date: June 17, 2016 June 29, 2016 at 10:00 A.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 July 5, 2016 at 10:00 A.M. E-Mail: CountvPurchasing@ co .fresno.ca.us July 19, 2016 at 2:00P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 G:\Public\Rfq\Fy 2015-16\926 -5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc . Disposal Services.Doc Exhibit A 8 of40 Page 3 Exhibit A 9 of40 Quotation No. 926-5472 Page 4 BIDDING INSTRUCTIONS The County of Fresno is soliciting bids to provide all labor, materials equipment, permits, fees, taxes and insurance etc., to provide the collection of and disposal services for waste oil, used o il filters, waste solvent, and antifreeze, as specified herein. LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership , corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing . Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation , correction thereof may be requested at the scheduled Vendor Conference (see below). Any change in the RFQ will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations. Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions: a. Such questions are submitted in writing to County Purchasing by 10:00 A.M. June 24, 2016 Cut-Off. Questions must be directed to the attention of the buyer identified on page one. b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature . Questions shall be delivered to County of Fresno Purchasing, 4525 E . Hamilton Avenue , Fresno , CA 93702 or email : CountyPurchasinq @co.fresno.ca.us . NOTE: The bidder is encouraged to submit all questions at the Vendor Conference . Time limitations can prevent a response to questions submitted after the conference. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids . AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative , including elected officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing . Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation . The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 10 of 40 Page 5 such contact must be in accordance with the sequence set forth under the protest procedures . Second , in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. VENDOR CONFERENCE: On June 22,2016 at 10:00 A.M., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton Avenue (between Cedar and Maple), 2"d Floor, Fresno, California. Minutes will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Bidders are to contact Debbie Scharnick at County of Fresno Purchasing, (559) 600-7111, if they are planning to attend the conference. NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the County will issue a written Notice to Proceed for the project specified herein. The completion period as defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor. CODES AND REGULATIONS: All work and material to conform to all applicable state and local building and other codes and regulations. NUMBER OF COPIES: Submit one (1) original and two (2) copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be identical to the original , include all supporting documentation (e .g . literature , brochures, reports, schedules etc.). The cover page of each quotation is to be appropriately marked "Original" or "Copy". FIRM QUOTATION: All quotations shall remain firm for at least ninety (90) days. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein . SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown , the bidder will be required to fum ish items exactly as specified herein . The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item . Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated . G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 11 of 40 Page 6 Quote separate prices on each individual item in County unit of measure (i.e., EA. DZ, PG, not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish , at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are a maximum for the contract period , and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno . BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry . EXCEPTIONS: Identify with explanation, any terms , conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS: If a subcontractor is proposed , complete identification of the subcontractor and his tasks shall be provided . The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below , unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection ( 1) serve as officers , principals , partners or major shareholders. 3. Persons who , within the immediately preceding twelve (12) months, came within the provisions of Subsection (1 ), and who were employees in positions of substantial responsibility in the area of G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil , Used Filters, Etc. Disposal Serv ices\926 -5472 Waste Oil, Used Filter;, Etc . Disposal Services .Doc Quotation No. 926-5472 Exhibit A 12 of 40 Page 7 service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered in duplicate to the ordering department. Each invoice shall reference the purchase order or contract no. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one ( 1) year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 13 of 40 Page 8 HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of his work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liabili ty: Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B. Automobile Liabili ty : Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 14 of 40 Page9 C. Professional Liabili ty: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to COUNTY. Within thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Public Works & Planning -Resources, Attn: Mike Griffey, 2220 Tulare Street, 61h Floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e- mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: www.bankofamerica.com/e payablesvendors or call Fresno County Accounts Payable, 559-600- 3609. G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 BIDDER TO COMPLETE: Name of Insurance Carrier: Public Liability: Expires: Automotive Insurance: Expires : Worker's Compensation : Expires: Proof of maintenance of adequate insurance will be required before award is made to vendor. GUARANTEE: The bidder shall state his written guarantee here : Exhibit A 15 of 40 Page 10 GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee . Enter guarantee on this line (i.e . number of days from receipt of order to delivery): By : (Authorized Signature in Blue Ink) State Purchase Order mail ing address: MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing : LICENSE: Bidder must be in compliance with the statutory requirements governing hazardous waste transportation in California , which are contained in Division 20 , Chapter 6.5, Article 6.5 , Article 6.6, and Article 13 of the California Health and Safety Code (Health & Saf.Code). Regulations adopted pursuant to these statutes are found in , D ivision 4 .5, Chapter 13 , and Chapter 29 of the California Code of Regulations, title 22 . (Cal. Code Regs., tit. 22). The Health & Safety. Code , Cal. Code of Regs , tit. 22 . Bidder to possess appropriate license/certificates , etc . for the project in accordance with current regulations/statutes. G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters , Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 16 of 40 Page 11 The bidder shall possess a current State of California Environmental Protection Agency (EPA) License, a current valid registration certificate issued by the Department of Toxic Substances {DTSC) or another license , permit, certificate or registration that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. EPA ID I CA ID Number and Class: Date of Issue: Bidder must also submit verification of License from the Department of Consumer Affairs -State License Board . Failure to submit verification may result in bidder's response being considered non-responsive . Transporter Requirements: Hazardous waste transporters must comply with the California Vehicle Code, CHP Regulations (Cal. Code Regs., tit. 13); the California State Fire Marshal Regulations (Cal. Code Regs., tit. 19); United States Department of Transportation (DOT) Regulations, Title 49, Code of Federal Regulations (49 Code of Federal Regulations); and U.S. Environmental Protection Agency (U.S. EPA) Regulations, Title 40 Code of Federal Regulations. In addition, hazardous waste transporters must comply with the Health & Saf. Code and Cal. Code Regs., tit. 22 which are administered by DTSC. These requirements are summarized below: EPA Identification (ID) Numbers: All hazardous waste transporters and permitted treatment, storage and disposal facilities must have ID numbers, which are used to identify the hazardous waste handler and to track the waste from its point of origin to its final disposal ("From Cradle to Grave"). This number, issued by either U.S. Environmental Protection Agency (U.S. EPA ID Number) or by DTSC (California ID Number) depends on the type of waste "Resource Conservations and Recovery Act (RCRA)" or "non-RCRA" (California only) wastes. Registration and Insurance: Unless specifically exempted, a person transporting hazardous waste must hold a valid registration issued by DTSC in his or her possession while transporting hazardous waste. [Health & Saf. Code, §25163]. A transporter shall not transport hazardous waste without first receiving an Identification Number and a registration certificate from DTSC. [Cal. Code Regs ., tit. 22, §66263 .17] Bidder must present proof of ability to provide adequate response in damages resulting from the operation of the person's business. Adequate response means protection against liability for the payment of damages equivalent to protection required by of the California Vehicle Code, section 34630, et seq. Valid proof consists of a Certificate of Insurance (DTSC 8038 or MCS-90), a bond of a California licensed surety company (MCS- 82), or evidence of qualification as a self-insurer (public agencies). Manifesting Procedures: Unless specifically exempted, hazardous waste shall not be accepted for transport without a Uniform Hazardous Waste Manifest (EPA Form 8700-22) that has been properly completed and signed by the generator and transporter. [Cal. Code Regs., tit. 22, §66263.20(a)] A person transporting hazardous waste in a vehicle shall have a manifest in his or her possession while transporting the hazardous waste . [Health & Sat. Code , §25160(d)] BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 17 of 40 Page 12 GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one ( 1) year. Such one ( 1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials . DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U .S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies . The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services , or workmanship , provided will be performed in compliance with all applicable local , state , or federal laws and regulations pertinent to the types of services , or project, of the nature required under this RFQ. In addition , the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. G:\Public\Rfq\Fy 2015-16\926 -54 72 Waste Oil , Used Filters, Etc. Disposal Services\926 -5472 Waste Oil, Used Filters , Etc. Disposal Services.Doc Quotation No. 926-5472 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION Exhibit A 18 of 40 Page 13 The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. D Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. D No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature in Blue Ink) Title G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Exhibit A 19 of 40 Page 14 ----------------------------------------- REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. Be sure to include all requested information. Reference Name: Contact: --------------------------Address: City: -------------------State: ---Zip: Phone No.: (_) _________________ Date: Service Provided: Reference Name: --------------------------Contact: Address: City: State: ---------------------------------------Zip: --- Phone No.: (_) -----------------Date: Service Provided: Reference Name: --------------------------Contact: Address: City: State: ----------------------------------------Zip: --- Phone No.: (_) _________________ Date: Service Provided: Reference Name: _________________________ Contact: Address: City: ----------------------------------------State: ---Zip: Phone No.: (_) -----------------Date: Service Provided: Reference Name: _________________________ Contact: Address: City: State: ---------------------------------------___ Zip: Phone No.: ( __ ) Date: ---------------- Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926·5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 20 of 40 Page 15 BIDDER QUESTIONNAIRE -WASTE OIL DISPOSAL All collected oil is required to be recycled Bidder to complete and return with quotation 1. Does your facility have a permit? 2. How is the waste oil used? 3. In your process, are any wastes generated: How Handled: 4. Does your company process wastes other than waste oil? If so, please list Yes Asphalt Fuel Re-refined Other Yes Yes No No No 5. Please describe how waste oil and other waste material is handled, stored, and separated. 6. Does your company have quality assurance/quality control procedures for waste in-transit at your facility? Please describe: 7 . Does your facility have Environmental Impairment Insurance Insurance Company Name: Policy number: Amount of Coverage: Deductible: Expiration Date: Yes Yes G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc No No Quotation No. 926-5472 8. Please indicate if your facility has the following permits, plans, etc.: RCRA or State Part B: Hazardous Waste Transporter Registration: SPCC Plan: Emergency Response Plan: Air Pollution Control Permit: Other Yes Exhibit A 21 of 40 Page 16 No 9. Please provide the following information regarding how your company handles the collection and management of contaminated used oil. A. Is oil tested for contamination prior to each collection? Yes No B. Briefly describe the process for oil testing positive for contaminants (i.e. how the oil is collected, handled, transported, final disposition-where and how?) C. Describe the process for documenting the collection of contaminated used oil. D. At any time during this agreement, the County may request statistics on all, or any Group/Section of oil collection (no. of filters collected, no. of gallons collected, how disposed), contaminated oil and/or other substances described in this RFQ. Please provide contact staff names, telephone numbers, and email addresses appropriate to the provision of statistical information. E. List all current federal, state and local licenses and permits your company carries in order to perform the type of work requested herein. Licenses and permits should pertain to all aspects of disposal (i.e. pick-up, transport, storage, recycling, etc. Copies to be submitted with bid. F. List all equipment to be used by vendor to provide this service and state capacity of each. G. State local phone number or toll-free phone number where service may be obtained: H. Describe any other services which are available but are not specified within this Request for Quotation: State response time (i.e. number of days from request for service): G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 Exhibit A 22 of 40 Page 17 l. Describe complete process of waste oil (containing less than 1,000 PPM Halogens) disposal beginning with pick-up at Participating Agency to final disposition of oil. Include all documentation that will be provided to Participating Agency. Explain how the waste oil will be disposed of and what proof will be provided to Participating Agency indicating appropriate disposal. Describe complete process of disposal beginning with pick-up at Participating Agency's facility to final disposition of the following items: A. Anti-freeze: B. Waste Oil containing halogens greater than 1,000 PPM: C. Oil Water: D. Sump Water containing gasoline or oil: E. Water Soluble Oils: F. Oils heavily contaminated with water and solids: G:\Public\Rfq\Fy 2015·16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services. Doc Quotation No. 926-5472 Exhibit A 23 of 40 Page 18 BIDDER QUESTIONNAIRE -USED OIL FILTER DISPOSAL All collected used oil filters are required to be recycled 1. Does your facility have a permit? 2. How are the used oil filters used: 3. In your process, are any wastes generated: How handled? 4. Does your company process other than used oil filters? If so, please list: Yes Asphalt Fuel Re-refined Other Yes Yes 5. Please describe how used oil filters are handled, store, and separated. 6. Does your company have quality assurance/quality control procedures for waste in-transit at your facility? Please describe: 7. Does your facility have Environmental Impairment Insurance? Insurance Company Name: Policy Number: Yes Yes Amount of Coverage: $ ~----------------------------------------- Deductible: $ -------------------------------------------------- Expiration Date 8. Please indicate if your facility has the following permits, plans, etc.: No No No No No G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services. Doc Quotation No. 926-5472 RCRA or State Part B: Hazardous Waste Transporter Registration: SPCC Plan: Emergency Response Plan : Air Pollution Control Permit: Other: 9. Bidder to respond to each item listed below IN FULL DETAIL: Yes Yes Yes Yes Yes No No No No No Exhibit A 24 of 40 Page 19 A. Describe complete process of used oil filters disposal beginning with pick-up at Participating Agencies to the final recycling of filters. Include all documentation that will be provided to the Participating Agencies. Explain how the filters will be recycled and what proof will be provided to the Participating Agencies indicating appropriate recycling . Does your company have more than one recycling point? If so , list them . B. List all facilities at which used oil filters will be stored between the time of pick-up at Participating Agency's facility and arrival at final destination. This must include all interim (temporary) storage facilities. Provide addresses , ownership and licensing for each facility. C. State names, addresses and licensing for each transportation company used in the hauling or handling of used oil filters from point of pick-up to final destination. D. List all current federal, state and local licenses and permits your company carries or any other company that handles the filters in order to perform the type of work requested herein . Licensed and permits should pertain to all aspects of recycling (i.e. pick-up, transport, storage, recycling, etc.). G:\Public\Rfq\Fy 2015 -161926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-547 2 Waste Oil , Used Filters , Etc . Disposal Services.Doc Quotation No. 926-5472 GROUP I -WASTE OIL Exhibit A 25 of 40 Page 20 It is estimated that waste oil is to be picked up and removed from the County of Fresno G.S. Fleet Services Division located at 4551 E. Hamilton Avenue, Fresno, California, 93702 one (1) time every month. Section A Establish a thirty (30) day monthly service pickup at Fleet Services. Fleet Services will initiate services calls for the Public Works Maintenance Yards. A response time of within twenty-four (24} hours is requested. All documentation for the County of Fresno-Fleet Services and Public Works Maintenance Yards waste pick- ups shall be mailed to Internal Services Department-Fleet Services, 4551 E. Hamilton Avenue, Fresno, CA 93702 . Section B It is estimated that the Public Works Department's Certified Collection Center Program's waste oil and filters will be collected at a minimum of monthly. During calendar years 2014 and 2015 an annual average of 24,152 gallons of used oil was collected and an average of 16,616 filters were collected. Within 10 working days of the end of each quarter, copies of all service orders for oil and filters picked-up from each certified collection center during that quarter will be sent (scanned and emailed or sent by U.S.P .S.) to mg riffey @co.fresno .ca.us or Public Works and Planning-Resources Division, 2220 Tulare Street, 6th Floor, Fresno, CA 93721 . The list of Public Works Department used oil and used oil filter certified collection centers is attached, as is information regarding the American Avenue Disposal Site and the Public Works Maintenance Yards. Section C It is estimated that the Sheriff's Department waste oil will be picked up and removed at a minimum of one ( 1) time every three (3} weeks. The Sheriff's Department Motor Pool is located at 2200 Fresno Street, Fresno, CA 93721 . Invoices will be mailed to Sheriff-Coroner's Office, 2200 Fresno Street, Fresno, CA, 93721. The County of Fresno reserves the right to increase or decrease the frequency of service during the contract period in accordance with operational requirements . The contracted rate(s) will apply at all times during the contract period. NOTE: Each Participating Agency will contract individually with the Successful Vendor(s). Individual agreements between each agency and the vendor will be based on the vendor's quotation; however, no agency shall be bound by an agreement entered into by any other agency. Additional collection sites may be added or deleted during the course of this contract. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil . Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc . Disposal Services.Doc Quotation No. 926-5472 SECTION "A" -COUNTY OF FRESNO Exhibit A 26 of 40 Page 21 Bidder shall provide all labor, material, equipment, transportation, etc. to collect, remove and dispose of waste oil as specified within the Request for Quotation at the rates quoted below. Assume halogens at 1 ,000 PPM or less. 1. Location: Internal Services Department -Fleet Services Division (Main Facility) 4551 E. Hamilton Avenue Fresno, CA 93702 Total Gallons (one load): 750 Flat service charge per load (*includes gallons) $ Rate per gallon $ ...:..._ ___ _ x** applicable gallons = $ Testing fee(s) $ Other charges or fees (describe) $ TOTAL COST PER LOAD $ State here for free pick up, payment to the County, or any other costing method proposed by the vendor: 2. Location: Sheriff's Dept.-Fleet Services (Courthouse) Fresno & M Street Fresno, CA 93721 Total Gallons (one load): 150 Flat service charge per load (*includes gallons) applicable gallons= Rate per gallon $ -'-----x** Testing fee( s) Other charges or fees (describe) TOTAL COST PER LOAD $ $ $ $ $ State here for free pick up, payment to the County, or any other costing method proposed by the vendor: G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services. Doc Quotation No. 926-5472 3. Location: DeiRey (Area 9) 3633 S. DeiRey Sanger, CA 93657 Total Gallons (one load): 100 Flat service charge per load (*includes Rate per gallon $ -'------x** Testing fee(s) Other charges or fees (describe) gallons) applicable gallons= TOTAL COST PER LOAD $ $ $ $ $ Exhibit A 27 of 40 Page 22 State here for free pick up, payment to the County, or any other costing method proposed by the vendor: 4. Location: Caruthers (Area 5) 2544 Mountain View Ave Caruthers, CA 93609 Total Gallons (one load): 100 Flat service charge per load (*includes Rate per gallon $ -'------x** Testing fee(s) other charges or fees (describe) gallons) applicable gallons= $ $ $ $ TOTALCOSTPERLOAD ~$ ____________ __ State here for free pick up, payment to the County, or any other costing method proposed by the vendor: G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 5. Location: Tranquility (Area 2) 25411 W. Silveria Ave Tranquility, CA 93668 Total Gallons (one load): 1 DO Flat service charge per load (*includes Rate per gallon $ -'-------- x** Testing fee( s) Other charges or fees (describe) gallons) $ applicable gallons= $ Exhibit A 28 of 40 Page 23 ------------------- $ $ TOTALCOSTPERLOAD ~$ ____________ __ State here for free pick up, payment to the County, or any other costing method proposed by the vendor: * The number of gallons for which disposal is covered in the Flat Service Charge. ** This quantity is the difference between the total gallons and the number of gallons covered by the flat service charge. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 QUOTATION SCHEDULE-GROUP I SECTION "A" -COUNTY OF FRESNO LOCATION 1. Fleet Services (Main Facility) 2. Sheriffs Dept.-Courthouse Motor Pool 3. DeiRey (Area 9) 4. Caruthers (Area 5) 5. Sanger (Area 8) *Taken from Quotation Schedules-Cost per Load. **Column A x Column B = Column C. SECTION "B" A Estimated Loads per Year 12 12 2 2 B *Total Cost Per Load $ $ $ $ $ TOTAL: Exhibit A 29 of 40 Page 24 c **Annual Total $ $ $ $ $ $ Used Oil Removal and Used Oil Filter Disposal Services for twenty-nine (29) certified used oil collection centers and two agricultural used oil collection facilities listed below. Additional centers may be added periodically. Potential locations include new sites in the communities of Auberry/Prather, Five Points, Friant/Millerton Lake, Piedra/Pine Flat Lake, and Tranquillity, and additional centers in the cities and communities where centers currently exist. Oil from the tanks at these locations must be removed at least once every ninety (90) days or when the tanks are full. If notified that a tank is full and needs to be emptied, removal of the oil must occur within five (5) days. Required testing shall be performed with each pickup . Used oil filter disposal service shall include all labor, material, equipment, transportation, etc. necessary to collect, remove, and dispose of used oil filters from these locations. The hauler shall provide a 55-gallon drum to each location. If notified that the 55-gallon drum is full and needs to be exchanged for an empty drum, removal of the filters must occur within five (5) days. Per Cal Recycle, the conversion factor for used oil filter collection for the Used Oil Payment Program is one 55-gallon drum of uncrushed filters equals 250 filters and one 55-gallon drum of crushed filters equals 750 filters. Resources Division staff will serve as the point of contact for removal of used oil and used oil filters from the listed centers and will coordinate with the used oil and oil filter hauler and the centers regarding the removal schedule. All invoices pertaining to the listed centers along with a certificate of recycling or manifest for disposal must be sent to the Resources Division for our records. Mail to: County of Fresno, Department of Public Works and Planning -Resources Division, 2220 Tulare Street, Sixth Floor, Fresno, California 93721. Resources Contact Person: Mike Griffey, (559) 600-4259 . G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 LOCATION Alex Auto Diagnostics 650 Oiler Street Mendota, CA 93640 *AutoZone 959 Sierra Street Kingsburg, CA 93631 Bear Mountain Auto Parts and Service 31086 E. Kings Canyon Road Squaw Valley , CA 93675 Big G's Automotive Center 1443 11 lh Street Firebaugh, CA 93622 Bogies Auto Parts 20746 Pio Pico Laton , CA 93242 Canyon Fork Ace Hardware 29181 Auberry Road Prather, CA 93651 Clovis Drop Shop -Complete Auto Care 972 E. Barstow, Unit E Clovis, CA 93612 Coalinga Auto & Truck Diesel Repair Center 304 E. Polk Street Coalinga, CA 93210 Fat Boy's Garage 41579 Dinkey Creek Road Shaver Lake, CA 93664 Foothill Auto, Truck & Ag Parts, Inc./ NAPA 190 Park Boulevard Orange Cove, CA 93646 Foothill Auto Parts 29533 Auberry Road, Suite 99 Prather, CA 93651 J&B Auto Sales 792 N. Street Firebaugh, CA 93622 Leo 's Tire Service 22055 W . Manning Avenue San Joaquin CA 93660 Lion Automotive 2944 Phillip Avenue Clovis, CA 93612 Matt's Quick Lube 700 E. Elm Street Coalinga , CA 93612 Mendota Smog and Repair 1415 9th Street Mendota , CA 93640 TANK SIZE 480 200 480 480 480 240 480 240 480 480 240 Drum Storage 240 Drum Storage 480 480 Exhibit A 30 of 40 Page 25 COST PER LOAD $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil , Used Filters , Etc . Disposal Services .Doc Quotation No. 926-5472 LOCATION Morales Auto Repair 1417 4th Street Mendota, CA 93640 0' Reilly Auto Parts 1375 N. Willow Avenue Clovis , CA 93612 *0' Reilly Auto Parts 608 Shaw Avenue Clovis , CA 93612 *0' Reilly Auto Parts 2654 Whitson Street Selma , CA 93662 *0' Reilly Auto Parts 643 Bethel Avenue Sanger, CA 93657 *0' Reilly Auto Parts 739 Herndon Avenue Clovis, CA 93612 *0' Reilly Auto Parts 1177 E Manning Avenue Reedley, CA 93654 *0' Reilly Auto Parts 1887 Marion Street Kingsburg, CA 93631 Orange Cove Automotive 1045 W. Railroad Orange Cove, CA 93646 Ralph 's Triangle Service 36374 Lassen Avenue Huron, CA 93234 Ramon's Tire and Auto Service, Inc. 261 Oller Street Mendota, CA 93640 Red Line Smog 1 620 E. Elm Avenue Coalinga, CA 93210 Rolinda Auto Parts , Repair, Smog & Towing 9191 W. Whitesbridge Road Fresno, CA 93706 Sierra Marina, Inc. 45795 Tollhouse Road Shaver Lake , CA 93664 R & R Auto Repair 115 W . Merced Fowler , CA 93625 Singh & Son Auto Center 12944 S . Elm Street Caruthers , CA 93609 TANK SIZE 480 200 200 200 200 200 200 200 240 I 240 480 275 I 275 240 240 240 480 480 Exhibit A 31 of 40 Page 26 COST PER LOAD $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ G:\Pub li c\Rfq\Fy 2015-16\9 26 -5472 Waste Oil , Used Filters , Etc . Disposal Se rvices\926-5472 Waste Oil , Used Filters , Etc. Disposal Services.Doc Quotation No. 926-5472 LOCATION Smith Auto Parts 187 S. Madera Kerman, CA 93630 Smith Auto Parts 1184 "I" Street Reedley, CA 93654 T & J Area Station 13495 E. Manning Avenue Parlier, CA 93648 Wayne's Auto Parts 3296 W. Mt. Whitney Riverdale, CA 93656 TANK SIZE 240 240 480 240 Exhibit A 32 of 40 Page 27 COST PER LOAD $ $ $ $ *Used Oil Filter collection only at this time, however may be added as a Used Oil Collector during the course of the contract. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Fillers , Etc. Disposal Services.Doc Quotation No. 926-5472 SECTION "C" Exhibit A 33 of 40 Page 28 Used Oil Removal and Used Oil Filter Disposal Services for American Avenue Landfill, 18950 E. American Avenue. Oil from the 480 gallon tank at this location must be removed at least once every ninety (90) days or when the tank is full. If notified that the tank is full and needs to be emptied, removal of the oil must occur within five (5) days. Required testing shall be performed with each pickup. Used oil filter disposal service shall include all labor, material, equipment, transportation, etc. necessary to collect, remove, and dispose of used oil filter from American Avenue Landfill. The hauler shall provide a 55- gallon drum to this location. If notified that the 55-gallon drum is full and needs to be exchanged for an empty drum , removal of the filters must occur within five (5) days. Resources Division staff will serve as the point of contact for the removal of used oil and used oil filters from American Avenue Landfill and will coordinate with the hauler regarding the removal schedule. All invoices pertaining to American Avenue Landfill along with a certificate of recycling or manifest for disposal must be sent to the Resources Division for our records. Mail to County of Fresno, Department of Public Works and Planning -Resources Division , 2220 Tulare Street, 61h Floor, Fresno , California 93721. American Avenue Landfill Contact Person : Dave Thompson, (559) 600-4309. LOCATION American Avenue Disposal Site 18950 E. American Avenue Kerman, CA 93630 TANK SIZE 750 Gallon COST PER LOAD $ G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters , Etc. Disposal Services\926-5472 Waste Oil, Used Filters , Etc. Disposal Services .Doc Quotation No. 926-5472 QUOTATION SCHEDULE-GROUP II USED OIL FILTER DISPOSAL SERVICE Exhibit A 34 of 40 Page 29 The County of Fresno, is soliciting bids to provide all labor, material, equipment, transportation, etc. for the collection and removal and disposal of used oil filters generated by the Participating Agencies . Used oil filters are to be picked up and removed from the Participating Agencies upon request. Fleet Services desires to establish a thirty (30) day, once monthly, pickup at Fleet Services Facility. The Participating Agencies reserves the right to increase or decrease the frequency of service during the contract period in accordance with operational requirements. The contracted rate(s) will apply at all times during the contract period . Bidder should provide all labor, material, equipment, transportation , etc. to collect, remove and dispose of used oil filters as specified within this Request for Quotation. Drum estimation is based upon 55 gallon drums and two hundred fifty (250) uncrushed filters per drum or seven hundred and fifty (750) crushed filters per drum. If your containers are different in size, please state their sizes and the number of filters they will hold (uncrushed) give or take 10%. Will Hold: Size Uncrushed Will Hold : Size Uncrushed Will Hold: Size Uncrushed Will Hold: Size Uncrushed County of Fresno estimated drum figures are based upon uncrushed filters. Vendor will supply containers as part of the service at no cost. Based on Total Annual Service G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services .Doc Quotation No. 926-5472 County of Fresno Locations (UNCRUSHED). 200 per drum. Location A* B •• c .... D Drums !Year Vendor Drum Per Trip Drum Cost 1. lSD Fleet Services (Main Facility) 30 $ 4551 E, Hamilton Avenue Fresno, CA 93702 2. Sheriff's Dept.-Fleet Services 2 $ (Courthouse) Fresno & M Street Fresno, CA 93721 3. DeiRey (Area 9) 1 $ 3633 S. DeiRey Sanger, CA 93657 4. Caruthers (Area 5) 2 $ 2544 W Mountain View Avenue Caruthers, CA 93609 5. Sanger (Area 8) 6 $ 9525 E. Olive Sanger, CA 93657 6. Tranquility (Area 2) 2 $ 25411 W. Silveria Avenue Tranquility, CA 93668 County of Fresno T otaf Drums 51 (10,200 Filters) * 55 Gallon Drums ** Convert from 55 Gallon Drum to Vendor container size If other than 55 gallon. State Vendor Container Size: If container size is 55 gallon, restate Column A. *** Additional cost for pick-up. G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil , Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services .Doc Exhibit A 35 of 40 Page 30 Total Cost $ $ $ $ $ $ $ Quotation No. 926-5472 Exhibit A 36 of 40 Page 31 QUOTATION SCHEDULE-GROUP Ill (OTHER) Waste Description A Antifreeze Waste Oil containing Halogens Greater than 1,000 PPM Oil Water Sump Water Containing Gasoline or Oil Water Soluble Oils Oils heavily contaminated with Water and Solids Minimum Charge: Disposal Cost Per Unit $ $ $ $ $ $ Explain any minimum charges for the items listed above. Unit of Measure Gallon Gallon Gallon Gallon Gallon 55 Gallon B . Include Disposal Pricing for Miscellaneous Waste not listed on the Quotation Schedule. Include a separate sheet if necessary. Label as "Other Waste-Miscellaneous" C. Fresno County Fleet Services desires a twice monthly service for the following at its Main Facility: Complete service and cleaning of three (3) large parts washers -dishwasher style. Complete service and cleaning of five (5) small parts washers-pan and drum style. Service the drains at the steam rack. $ Per month $ Per month $ Per month Total $ -'---------Per month D. Fresno County Fleet Services desires a twice monthly service for the following at its Main Facility: Once during the months of: October, December, February, April $ and July -'--------- Per pick-up G:\Public\Rfq\Fy 2015-16\926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 WASTE OIUOIL FILTER COLLECTION QUOTATION SCHEDULE INFORMATION QUESTIONNAIRE Exhibit A 37 of 40 Page 32 1. As market conditions allow will your company offer a payment incentive per gallon to the County for waste oil/oil filters collected from the locations listed in the Quotation Schedule, Sections A-C during positive market conditions as determined by typical oil financial market indices and as agreed upon by the County and vendor? Yes No 2. During poor market conditions as determined by OPEC (Organization of the Petroleum Exporting Countries) oil financial market indices and as agreed upon between the County and vendor, how will your company charge the County for oil collected? No Charge for Oil Collected Flat Rate Charge per service call/pickup (please indicate in Sections A-D) Other (please indicate): 3. Will your company charge the County for oil filters collected? Yes No 4. If yes, how will your company charge the County for filters collected? Flat Rate Charge per service call/pickup (please indicate in Sections A-D) Other (please indicate): 5. Some County departments/programs will now require the waste oil/oil filter collection company to provide a temporary means for storing waste oil and waste oil filters until collected by the company through routine service. Please state below the type of temporary storage your company will provide for the temporary storage of waste oil and waste filters until collected: WASTE OIL Storage Tank Drum Other (please indicate): Size of storage vessel (gallons) OIL FILTERS Storage Tank Drum Other (please indicate): Size of storage vessel (gallons) G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil, Used Filters, Etc. Disposal Services\926-5472 Waste Oil, Used Filters, Etc. Disposal Services.Doc Quotation No. 926-5472 CHECK LIST Exhibit A 38 of 40 Page 33 This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety . Check off each of the following: 1. All signatures must be in blue ink. 2. The Request for Quotation (RFQ} has been signed and completed . 3. One (1) original and two (2) copies of the RFQ have been provided. 4. Addenda, if any, have been completed, signed and included in the bid package . 5. The completed Reference List as provided with this RFQ. 6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed in ink. 7. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ . 8. The Participation page as provided within this RFQ has been signed and included 9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section {if applicable) has been completed signed and included. 10. Bidder to Complete page as provided with this RFQ . 11 . Verification of Department of Industrial Relations Contractor Registration. 12. Verification of Contractor's License and the Department of Consumer Affairs -Contractors' State License Board. 13. Specification, descriptions etc. for items offered under bidder(s} quotation . 14. A description of the design and techniques that the bidder will use to complete the project. 15. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: County of Fresno RFQ No. _9:::..:2:::..:6=---5=-4..:..:7:...::2=----------------l ! Closing Date: _Ju_l..._y_1_9_,_, _20_1_6 _________________ • Closing Time: ......;;;.2 ;..;;:0-"0--'P--'.;;;..;M.;;..;;. _________________ ~• Commodity or Service: Waste Oil, Used Filters, Antifreeze and Solvent Disposal Services Return Checklist with your RFQ response. G:\Public\Rfq\Fy 2015-161926-5472 Waste Oil , Used Filters, Etc . Disposal Services\926·5472 Waste Oil , Used Filters , Etc. Disposal Services.Doc COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 926-5472 Exhibit A 39 of 40 WASTE OIL, USED FILTERS, ANTIFREEZE AND SOL VENT DISPOSAL SERVICES Issue Date: July 7, 2016 IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO , PURCHASING 4525 EAST HAMILTON AVENUE , 2nd Floor FRESNO , CA 93702-4599 !CLOSING DATE OF QUOTATION WILL BE AT 2:00P.M., ON JULY 19, 201&.1 QUOTATION WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00P.M. All quotation information will be available for review after contract award . Clarification of specifications is to be directed to: Debbie Scharnick, phone (559) 600-7110 or e-mail CountyPurchasing@co.fresno.ca.us. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 926-5472 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN IN BLUE INK AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 926-5472 COMPANY NAME: (PRINT) SIGNATURE (In Blue Ink}: NAME & TITLE: (PRINT) Purchasing Use : DLS :ssj ORG/Requisition : 55122205 I 5511600029 G :IPUBLIC\RFQ\FY 2015-16\926-5472 WASTE OIL, USED FILTERS, ETC . DISPOSAL SERVICES\926-5472 ADD 1.DOC (10/2015) Addendum No. One (1) Request for Quotation Number: 926-5472 July 7, 2016 Exhibit A 40 of 40 Notice is hereby given that Request for Quotation (RFQ) No. 926-5472 shall be amended to include the following: 1) The successful bidder shall furnish quarterly reports which document oil and filters collected within each quarter. The reports shall be reported as follows: a) One ( 1) report that consists of a summary of oil and filters collected (Microsoft Excel format), as well as supporting manifests for the Fleet Services Division . This report shall be furnished to the following County representative : Department of Internal Services, Fleet Services Division ATTN: Dennis Kerns 4551 East Hamilton Avenue Fresno, CA 93702 dkerns@co.fresno.ca.us b) One ( 1) report that consists of a summary of oil and filters collected (Microsoft Excel format), as · well as supporting manifests for the Sheriffs Office Fleet Services. This report shall be furnished to the following County representative: Fresno Sheriff's Office, Fleet Services A TIN: Sgt. James Dockweiler 2200 Fresno Street Fresno, CA 93721 james.dockweiler@fresnosheriff.org c) One (1) COMPREHENSIVE report that summarizes oil and filters collected (Microsoft Excel format), as well as supporting manifests for ALL County facilities (Fleet Services, Road Maintenance, American Avenue Disposal Site), as well as ALL Used Oil Certified Collection Centers (as outlined in Group I, Section B of RFQ 926-5472. This comprehensive report will be utilized for reporting purposes to the State of California , Department of Resources Recycling and Recovery. This report shall be furnished to the following County representative: Department of Public Works and Planning, Resources Division ATTN: Mike Griffey 2220 Tulare Street, 6th Floor Fresno, CA 93721 mgriffey@co .fresno.ca.us 2) Paragraph 1 of Group I, Section B (Page 24) of the Quotation Schedule pertaining to the removal of oil and filters from Certified Collection Centers shall be amended to read as follows: a) Used oil removal and used oil filter disposal services for thirty-six (36) used oil Certified Collection Centers (CCCs) listed in the following table . Additional centers may be added periodically to better serve do-it-yourself oil changers throughout the County. Potential new sites may include auto parts stores, repair facilities, municipal facilities, and others located in incorporated cities and/or surrounding communities including but not limited to Auberry , Biola, Caruthers, Clovis, Coalinga, Easton, Firebaugh, Fowler, Friant, Huron, Kerman, Kingsburg , Laton, Mendota, Orange Cove , Parlier, Prather, Reedley, Riverdale, Shaver Lake, San Joaquin, Sanger, Selma, Squaw Valley , and Tranquillity . G:\PUBLIC\RFQ\FY 2015-16\926-5472 WASTE OIL, USED FILTERS, ETC . DISPOSAL SERVICES\926-5472 ADD 1.DOC COUNTY OF FRES 0 REQUEST FOR QUOTATION NUMBER: 926-5472 Exhibit B 1 of 53 WASTE OIL~ USED FILTERS, ANTIFREEZE AND SOL VENT DISPOSAL SERVICES lssue Date; June 17, 2016 Closing Date: JULY 19, 2016 Quotation will be considered LATE when the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFQ should be directed to: Debbie Scharnick, e-mail countvourchasina@co.fresno.ca.us or phone (559) 600-7111. Check County of Fresno Purchasing's w ebsite at .https:J/www2.co.fresno.ca.us/0440/Bids/BidsHome.asox for any future addenda. Please submit all Quotations to: County of Fresno-Purchasing 4525 E. Hamilton Avenue, 2"d Floor Fresno, CA 937024599 BIDDER TO COMPLETE L.tririgled ag-ee:; to ftmsh tha o:nm::dty cr sen.ire slip.lated in tha ~ resp:me at tha pia:s cro ta-m; stata:i, aqEd to tha atlada:J "O:uty c:i Fresro FUd'lasirg ~ lnstn.dicn;kd O:rdiliais Fcr ~Fer ~s ~s) And~ Fcr OJcta!ims (R=Qs)" Except as rd:ed m irdvidt.al item>, the fdlc:Wng wll aw!Yto all itals in the Gl.daiim 3\::te::Ue: • A rnsh as:x:ut ct o % o d¥ wn CJ!+ly. Asbury Environmental Services COMP ANY 1300 S Santa Fe Ave ADD RESS Compton CITY 010 88&-3400 B10) 537..&596 FACSIMILE N UMBER TELEI"H;JN..;t UMBER • ~ .. -· . '· ~-)·-·-~~ .---;~·-., "L:;....,.. -~ -s=I=G.,..,N""'A T=U-o-=R=Eo-"1.,.:.-IN!.c:B=-!-LUE INK) .=:.;...:...-~......:..::: __ . Michael Avin PRINT NAME Purchasing Use: £:l.S:ssj CA 90221 STATE ZIP CODE jtorres@asburyenv.com E-M AIL ADDRESS Manager Govemment Accounts TITLE ORG/Requisition: 55122al5 I 5511EOOJ29 FO-O'IO (11/2015) Quotation No. 926-5472 BIDDER TO COMPLETE: Name of Insurance Carrier. Public Liability: Automotive Insurance: Worker's Compensation: AIG Specialty Insurance Company N/A National Union Fire Insurance Insurance . Company of PA Expires: Exhibit B 2 of 53 Page 10 Expires: 10/31/16 Expires: 10/31/16 Proof of maintenance of adequate insurance will be required before award is made to vendor. GUARANTEE: The bidder shall state his written guarantee here: GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): ~ -.usiness. days from ~Ill of onler •. 3, busin-=ss . days tor loca~(within a. 501ftlle r:adius &om Asbury Parlier location. 5 ._._.~t;,d~ ~ ~yi~ I~OA5 {51 miles and over frum Asbury Parlier location) ~y : . -.; t~v-...-....u ~:..r -z •(AIJ!horiZed Sl~inaWre m Blue'lrtk) .. . . . J State Purchase Order mailing address: 1300 S Santa Fe Ave. Compton, CA 90220 .Attn: .tessica Torres MINIMUM ORDER: Bidder to state minimum order quantities and charges tor less than minimum order quantity (if not stated it will be assumed there are none). NO .MINIMUM SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing: NONE LICENSE: Bidder must be in compliance with the statutory requirements governing hazardous waste transportation in California, which are contained in Division 20, Chapter 6.5, Article 6.5, Article 6 .6, and Article 13 of the California Health and Safety Code (Health & Saf. Code). Regulations adopted pursuant to these statutes are found in, Division 4.5, Chapter 13 , and Chapter 29 of the California Code of Regulations, title 22. (Cal. Code Regs., tit. 22). The Health & Safety. Code, Cal. Code of Regs, tit. 22. Bidder to possess appropriate license/certificates, etc. for the project in accordance with current regulations/statutes. Quotation No. 926-5472 Exhibit 8 3 of 53 Page 11 The bidder shall possess a current State ci California Environmental Protection Agency (EPA) License, a current valid registration certificate issued by the Department of Toxic Substances (DTSC) or another license, permit, certificate or registration that covers the wori< to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the wori<. EPAID/CAID Number and Class: 95-3675830 Date of Issue: .JULY 23, 1982 Bidder must also submit verification of License from the Department of Consumer Affairs -State License Board . Failure to submit verification may result in bidder's response being considered non-responsive . Transporter Requirements : Hazardous waste transporters must comply with the California Vehicle Code , CHP Regulations (Cal. Code Regs., tit. 13); the California State Fire Marshal Regulations (Cal. Code Regs .. tit. 19); United States Department of Transportation (DOT) Regulations, Title 49 , Code of Federal Regulations (49 Code of Federal Regulations); and U.S. Environmental Protection Agency (U.S. EPA) Regulations, Title 40 Code of Federal Regulations . In addition, hazardous waste transporters must comply with the Health & Sat. Code and Cal. Code Regs., tit. 22 which are administered by DTSC . These requirements are summarized below: EPA Identification (ID) Numbers: All hazardous waste transporters and permitted treatment, storage and disposal facilities must have ID numbers, which are used to identify the hazardous waste handler and to track the waste from its point of origin to its final disposal ("From Cradle to Grave"). This number, issued by either U.S. Environmental Protection Agency (U.S. EPA ID Number) or by DTSC (California ID Number) depends on the type of waste "Resource Conservations and Recovery Act (RCRA)" or "non-RCRA" (California only) wastes. Registration and Insurance: Unless specifically exempted , a person transporting hazardous waste must hold a valid registration issued by DTSC in his or her possession while transporting hazardous waste. (Health & Saf. Code , §25163]. A transporter shall not transport hazardous waste without first receiving an Identification Number and a registration certificate from DTSC . [Cal. Code Regs., tit 22, §66263.17] Bidder must present proof of ability to provide adequate response in damages resulting from the operation of the person 's business. Adequate response means protection against liability for the payment of damages equivalent to protection required by of the California Vehicle Code, section 34630 , et seq. Valid proof consists of a Certificate of Insurance (DTSC 8038 or MCS-90), a bond of a California licensed surety company (MCS- 82), or evidence of qualification as a self-insurer (public agencies). Manifesting Procedures: Unless specifically exempted, hazardous waste shall not be accepted for transport without a Uniform Hazardous Waste Manifest (EPA Form 8700-22) that has been proper1y completed and signed by the generator and transporter. [Cal. Code Regs., tit. 22, §66263.20(a)] A person transporting hazardous waste in a vehicle shall have a manifest in his or her possession while transporting the hazardous waste . [Health & Saf. Code , §25160{d)] BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond . BONDING COMPANY : The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any wori<. Successful bidder shall complete the job as instructed and described in writing by the contract , bid or amendment. Any problem o r questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. Quotation No. 926-5472 Exhibit 8 4of53 Page 12 GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be govemed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County . ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies . The County of Fresno has a zero tolerance for discrimination, implied or expressed , and wants to ensure that policy continues under this RFQ . The contractor must also guarantee that services, or workmanship , provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination , or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. Quotation No . 926-5472 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION Exhibit B 5 of 53 Page 13 The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno , Kern, Kings, and Tulare Counties and all governmental , tax supported agencies within these counties. Whenever possible , these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies . Any agency choosing to avai l itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless . If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County . r:1 Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley L.:J Purchasing Group and other tax supported agencies . (Auttlori:zeo Signature .m BlUe h"I~J _, Manager Government Accounts Trtle Exhibit B 6 of 53 Quotation No. 926-5472 Page 14 YENQOR MUST COMPLETE AND RETURN WITH REQUEST FOR 0UOT ATION. Firm: ..,..--------------------- REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. Be sure to include all requested information. Raererre N:mr S tat•f Califomia Calfire CDG± Claire Banyanl Ac:tiess: P.O~ Box 944246 ~---------------~-~----~~~----Oty: S acramento Slate; CA Zip: ..... 94244 A1::ne r\h: ( --) D:te: Sevire ProJict:rl Containerized Waste Haz and Non Haz disposa.l, waste oil recycling services, vacuum services, antifreeze recycling • ...... ········· . .. Refeer ret-are: _C=-o=-u=n=ty~of.:....:S:.:a=n=-· =Di=e=.!g!!.:o=-----O:nt:rt Dave Edison ~ 5560. Overland A:ve. S te410 Qty. S a.Oiego, Slate; CA. Zip: 92123 Fh::ne 1\b.: ( 858 ) 505-6.-""54...=.=2 ____ D:te: Sevire Prolict:rl _,qntainerized Waste Haz a.,d Non Haz disPC!sal. waste Oil rec:y.cling ·services, vac11um serVices,.antifre~e recycling. -· Refel'a re N<riE: · ·· Amtrak ci::ntrl: Ta.mara Calderon A:tiess: 2472 E. 8th S tre• Oty: Los Angeles State: CA Zip: 900021 Pn::ne r\h: ( ~ l 891·352& . .. . ti:i:e: Servire Pn:Nict:rl _15duiJI_used oil, useclJUJtifreeza, used oil filt•• vacuumldrvmmed services. Rela er re 1\Bre: Transit America S ervicejnc, C:::nta:t .. AJ=CI!-=...:C.._ru=z=-------- Paiess: 1 Coaster Way, MCB Camp Pe_ndleton .. Oty: Camp Pendleton North State: CA . Zip: 92055 A1::ne 1\b.: ( .760_ ) 433..6716 D:te: SENce ProJiOOd: Pick up Cllil, used antifreeze, .used oil filters and drummed waste. R::faareN.:rre: MC LLC Cc:nta± Dna Fanticola Adi:ess: 1422 Edjnger Aye •. S tef 50 Oty. Tustin Sl!lte: CA, Zip: 92780 Fh:re r\h: ( fizL ) 915-2637 D:te: Sevire Ptt:Mdsd: Pick up used oil, used antifreeze and used oil fitters. Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Quotation No. 926-5472 Exhibit B 7 of 53 Page 15 BIDDER QUESTIONNAIRE • WASTE OIL DISPOS AL All collected oil is required to be recycled Bidder to complete and return with quotation 1. Does your facility have a permit? Transporter Yes No NJA 2. How is the waste oil used? Asphalt By Facility Fuel By F.acility Re-refined By Facility Other 3 . In your process, are any wastes generated : Yes No NJA How Handled : 4 . Does your company process wastes other than waste oil? Yes X No If so, please list: Asbury Environmental Services is a hazardous and non hazardous waste transporter, transporting used oil, antifreeze, oil filter, oily water and other drummed waste. 5 . Please describe howwaste oil and other waste material is handled, stored, and separated. Please attached 6 . Does your company have quality assurance/quality control procedures for waste in-transit at your facility? Please describe : Please attached Poll ution L egal U abilit}i 7 . Does your facility have•el'l"tiFsl'l"'el'llal i:::pai: :::e::t Insurance Yes X Yes Insurance Company Name: AIG Specialty Insurance Company Policy number: PL&1531069 ----------------------------------------------- Amount of Coverage: $ 5 ,000,000.00 Deductible : Expiration Date : 10/31/16 No No Quotation No. 926-5472 8. Please indicate if your facility has the following permits, plans , etc.: RCRA or State Part B: Yes Hazardous Waste Transporter Registration: SPCC Plan : Emergency Response Plan: X X Exhibit 8 8 of 53 Page 16 No N/A N/A Air Pollution Control Permit: ___ N/A Other Pleases-attached licences and permits carried as a transporter. 9. Please provide the following information regarding how your company handles the collection and management of contaminated used oiL A Is oil tested for contamination prior to each collection? Yes No x Please see attached B. Briefly describe the process for oil testing positive for contaminants (i.e. how the oil is collected, handled, transported, final disposition-where and how?) Please see attached C. Describe the process for documenting the collection of contaminated used oil. Please see attached D. A1 any time during this agreement, the County may request statistics on all, or any Group/Section of oil collection (no . of filters collected, no. of gallons collected, how disposed), contaminated oil andlor other substances described in this RFQ . Please provide contact staff names, telephone numbers, and email addresses appropriate to the provision of statistical information. Tamie Anderson, (310) 886-3400, tanderson@asburyenv.com E. List all current federal, state and local licenses and permits your company carries in order to perform the type of work requested herein . Licenses and permits should pertain to all aspects of disposal (i.e. pick-up, transport, storage, recycling, etc. Copies to be submitted with bid. Please see attached F. List all equipment to be used by vendor to provide this service and state capacity of each. Please see attached equipment list. G. State local phone number or toll-free phone number where service may be obtained: (BOO) 974-4495 H . Describe any other services which are available but are not specified within this Request for Quotation : Asbury provides hazardous and non hazardous waste transportation and managements services. State response time (i.e. number of days from request for service): 3-5 business days Quotation No. 926-5472 Exhibit 8 9 of 53 Page 17 l. Describe complete process of waste oil (containing less than 1,000 PPM Halogens) disposal beginning with pick-up at Participating Agency to final disposition of oil. Include all documentation that will be provided to Participating Agency. Explain how the waste oil will be disposed of and what proof will be provided to Participating Agency indicating appropriate disposal. Please see attached Describe complete process of disposal beginning with pick-up at Participating Agency's facility to final disposition of the following items: A. Anti-freeze: Anti-freeze js picked up fmm Participating Agency and transpprted tp disppsal facility. Disposal facility (DeMenno-Kerdoon recycles onto recycled glycol product). B. Waste Oil containing halogens greater than 1,000 PPM: .Waste .oil is picked up from Participating .Agency and transported to disposal facility. Disposal facility will dispose of waste. C. Oil Water: Waste oil Is picked up from Participating Agency and transported to disposal faciUb. Disposal facility (DeMenno-Kenloon) separates oil from water. Oil is then recycled In other products (i.e. asphalt, flux, or marine diesel oil). D. Sump Water containing gasoline or oil: at DeM enno-Kerdoon. Without lab .analysis to identify oily SUII'IP water stream would be transported and disposed Pf as NON RCRA at bettlennDoJ<eniOori; E. Water Soluble Oils: F. Oils heavily contaminated with water and solids: Exhibit 8 10 of 53 Quotation No. 926-5472 Page 18 BIDDER QUESTIONNAIRE • USED OIL FILTER DISPOSAL All collected used oil filters are required to be recycled 1. Does your facility have a pennit? Transporter Yes No 2. How are the used oil filters used: Asphalt Fuel Re-refined Other 3. In your process, are any wastes generated: Yes How handled? 4. Does your company process other than used oil filters? Yes If so, please list: 5. Please describe how used oil filters are handled, store, and separated. Please see attached 6. Does your company have quality assurancelquality control procedures for waste in-transit at your facility? Please describe: Please see attached Yes Yes Insurance Company Name: AIG Specialty Insurance Company X Policy Number: PLS1531 069 ~==~~~~-------------------------------- By Facility Bl: Facility By Facility No No No No Amount of Coverage: _$--=5"-',0:...0::..0::..rt.::O:.::O:.::O:.::•.=OO=------------------------ Deductible: $ ~--~---------------------------------------- Expiration Date 10/31/16 8. Please indicate if your facility has the following pennits, plans, etc.: N/A N/A Exhibit B 11 of 53 Quotation No. 926-5472 Page 19 RCRA or State Part B: Yes No Hazardous Waste Transporter Registration : Yes X No SPCC Plan: Yes No --- Emergency Response Plan: Yes X No Air Pollution Control Permit: Yes No Other: Please see attached licenses and pennits carried as a transporter. 9. Bidder to respond to each item fisted below IN FULL DETAIL: A. Describe complete process of used oil filters disposal beginning with pick-up at Participating Agencies to the final recycling of filters. Include all documentation that will be provided to the Participating Agencies. Explain how the filters will be recycled and what proof will be provided to the Participating Agencies indicating appropriate recycling. Does your company have more than one recycling point? If so , list them. Metal oil filters once . praperiy drained and packaged acc:onling to all applicable regulations are sent to a metal recyders to recover aU metal, Cloth tiber filters are m-aged as a NON RCRA hazardous -ste oa un•orm hazardous -ste and disposal islandfll or incineration generators ,.efenHic:e, B. List all facilities at which used oil filters will be stored between the time of pick-up at Participating Agency's facility and arrival at final destination. This must include all interim (temporary) storage facilities. Provide addresses, ownership and licensing for each facility. NIA NIA NIA Dixon, Ceres, Parlier, Union City and Chico all other temporary storage facilities. C. State names, addresses and licensing for each transportation company used in the hauling or handling of used oil filters from point of pick-up to final destination. Asbury is the transporter for oil filters. Licenses have been included see attached. D. List all current federal, state and local licenses and permits your company carries or any other company that handles the filters in order to perform the type of work requested herein . Licensed and permits should pertain to all aspects of recycling (i.e . pick-up , transport, storage, recycling, etc.). Please see attached Quotation No. 926-5472 GROUP I • WASTE OIL Exhibit B 12 of 53 Page 20 It is estimated that waste oil is to be picked up and removed from the County of Fresno G.S. Fleet Services Division located at 4551 E. Hamilton Avenue, Fresno, California, 93702 one ( 1) time every month. Section A Establish a thirty (30} day monthly service pickup at Fleet Services . Fleet Services will initiate services calls for the Public Works Maintenance Yards. A response time of within twenty-four (24) hours is requested. All documentation for the County of Fresno-Fleet Services and Public Works Maintenance Yards waste pick- ups shall be mailed to Internal Services Department-Fleet Services, 4551 E. Hamilton Avenue, Fresno, CA 93702. Section B It is estimated that the Public Works Department's Certified Collection Center Program's waste oil and filters will be collected at a minimum of monthly. During calendar years 2014 and 2015 an annual average of 24,152 gallons of used oil was collected and an average of 16,616 filters were collected. Within 10 wolidng days of the end of each quarter, copies of all service orders for oil and filters picked-up from each certified collection center during that quarter will be sent (scanned and emailed or sent by U.S.P.S.) to mariffev@co.fresno .. ca.us or Public Works and Planning-Resources Division, 2220 Tulare Street, 6th Floor, Fresno, CA 93721. The list of Public Works Department used oil and used oil filter certified collection centers is attached, as is information regarding the American Avenue Disposal Site and the Public Works Maintenance Yards. Section C It is estimated that the Sheriff's Department waste oil will be picked up and removed at a minimum of one (1) time every three (3) weeks . The Sheriff's Department Motor Pool is located at 2200 Fresno Street, Fresno, CA 93721. Invoices will be mailed to Sheriff-Coroner's Office, 2200 Fresno Street, Fresno, CA, 93721 . The County of Fresno reserves the right to increase or decrease the frequency of service during the contract period in accordance with operational requirements. The contracted rate( s) will apply at all times during the contract period. NOTE: Each Participating Agency will contractindividuallywith the Successful Vendor(s). Individual agreements between each agency and the vendor will be based on the vendor's quotation; however, no agency shall be bound by an agreement entered into by any other agency. Additional collection sites may be added or deleted during the course of this contract. Quotation No. 926-5472 Exhibit B 13 of 53 Page 21 SECTION "A" -COUNTY OF FRESNO Bidder shall provide all labor, material, equipment, transportation, etc. to collect, remove and dispose of waste oil as specified within the Request for Quotation at the rates quoted below. Assume halogens at 1 ,000 PPM or less. 1. Location: Internal Services Department· Fleet Services Division (Main Facility) 4551 E. Hamilton Avenue Fresno, CA 93702 Total Gallons (one load): 750 Flat service charge per load ("'includes gallons) $ 80.00 Rate per gallon $ 0.25 x-50.00 applicable gallons = $ 187.50 Testing fee(s) $ NO CHARGE Other charges or fees (describe) $ NO CHARGE TOTAL COST PER LOAD $ 267.50 State here for free pick up, payment to the County, or any other costing method proposed by the vendor: 2. Location: Sheriff's Dept .• Fleet Services (Courthouse) Fresno & M Street Fresno, CA 93721 Total Gallons (one load): 150 Flat service charge per load ("'includes ANY gallons) Rate per gallon $ 0.25 x'"" 100 applicable gallons= Testing fee( s) Other charges or tees (describe) TOTAL COST PER LOAD $ 80.00 $ 25.00 $ NO CHARGE $ NO CHARGE $ 105.00 State here for free pick up, payment to the County, or any other costing method proposed by the vendor: G:\Pldi0Rtf~Fy2015-16\92&5472Wste 01. Used Rites, Be. Osp:eal SeNicas\925-5472\1\asteQl, l.Jsed Rltss, Be. [jsp:eal SeNices.D:x: Quotation No. 926-5472 3. Location: DelRay (Area 9) 3633 5. DelRay Sanger, CA 93657 Total Gallons (one load): 100 Flat service charge per load rincludes ANY gallons) ----- Rate per gallon $ ~ x-_1_0_0 __ applicable gallons= Testing fee(s) D. 2...5" Other charges or fees (describe) TOTAL COST PER LOAD $ $ $ $ $ Exhibit 8 14 of 53 Page 22 80.00 25.00 NO CHARGE NO CHARGE 105.00 State here for free pick up, payment to the County, or any other costing method proposed by the vendor : 4. Location: Caruthers (Area 5) 2544 Mountain View Ave Caruthers, CA 93609 Total Gallons (one load): 100 Flat service charge per load ("includes Rate per gallon $ 0.25 Testing fee(s) Other charges or fees (describe ) ANY 100 gallons) applicable gallons= $ 80.00 $ 25.00 $ NO CHARGE $ NO CHARGE TOTALCOSTPERLOAD ~$ ___ 1_0_5_.0_0 ______ _ State here for free pick up , payment to the County, or any other costing method proposed by the vendor: Quotation No. 926-5472 5. Location: Tranquility (Area 2) 25411 W. Silveria Ave Tranquility, CA 93668 Total Gallons (one load): 100 Flat service charge per load (*includes Rate per gallon $ 0.25 Testing fee( s) Other charges or fees (describe) ANY 100 gallons) $. Exhibit B 15 of 53 Page 23 80.00 applicable gallons= $ 25.00 ------------------ $ NO CHARGE $ NO CHARGE TOTALCOSTPERLOAD ~$ ____ 1_o_s_.o_o ______ _ State here for free pick up, payment to the County, or any other costing method proposed by the vendor: * The number of gallons for which disposal is covered in the Flat Service Charge. ** This quantity is the difference between the total gallons and the number of gallons covered by the flat service charge. Quotation No. 926-5472 QUOTATION SCHEDULE-GROUP I SECTION "A"-COUNTY OF FRESNO LOCATION 1. Fleet Services (Main Facility) 2. Sheriffs Depl-Courthouse Motor Pool 3. DeiRey (Area 9) 4. Caruthers (Area 5) 5. Sanger (Area 8) * Taken from Quotation Schedules-Cost per Load. **Column Ax Column B = Column C. SECTION "B" A Estimated Loads per Year 12 12 ., 2 2 8 *Total Cost Per Load $ 267.50 $ 117.50 $ 105.00 $ 105.00 $ N/A TOTAL: Exhibit B 16 of 53 Page 24 c -Annual Total $ ~,210.00 $ 1,416.00 $ UIS.OO $ 210.00 $ NJA $ 4,935.00 Used Oil Removal and Used Oil Filter Disposal Services for twenty-nine (29) certified used oil collection centers and two agricultural used oil collection facilities listed below. Additional centers may be added periodically. Potential locations include new sites in the communities of Auberry/Prather, Five Points, Friant/Millerton Lake, Piedra/Pine Flat Lake, and Tranquillity, and additional centers in the cities and communities where centers currently exist. Oil from the tanks at these locations must be removed at least once every ninety {90) days or when the tanks are full. If notified that a tank is full and needs to be emptied, removal of the oil must occur within five (5) days. Required testing shall be performed with each pickup. Used oil filter disposal service shall include all labor, material, equipment. transportation, etc. necessary to collect, remove, and dispose of used oil filters from these locations. The hauler shall provide a 55-gallon drum to each location. If notified that the 55-gallon drum is full and needs to be exchanged for an empty drum, removal of the filters must occur within five {5) days. Per Cal Recycle, the conversion factor for used oil filter collection for the Used Oil Payment Program is one 55-gallon drum of uncrushed filters equals 250 filters and one 55-gallon drum of crushed filters equals 750 filters. Resources Division staff will serve as the point of contact for removal of used oil and used oil filters from the listed centers and will coordinate with the used oil and oil filter hauler and the centers regarding the removal schedule. All invoices pertaining to the listed centers along with a certificate of recycling or manifest for disposal must be sent to the Resources Division for our records. Mail to : County of Fresno, Department of Public Works and Planning-Resources Division, 2220 Tulare Street, Sixth Floor, Fresno, California 93721. Resources Contact Person: Mike Griffey, (559) 600-4259. Quotation No. 926-5472 LOCATION I Alex Auto Diagnostics 650 Oiler Street Mendota, CA 93640 I *AutoZone .......... ., ................... 1 959 Sierra Street Kingsburg, CA 93631 I Bear Mountan Auto Parts and SeMce 31086 E . Kings Canyon Road Squaw Valley, CA 93675 l B1g G 's Automotive Center 1443 11 111 Street Firebaugh, CA 93622 Bogies Auto Parts 20746 Pio Pica Laton , CA 93242 i Canyon Fork Ace Hardware 29181 Auberry Road Prather. CA 93651 Clovis Drop Shop -Complete Auto Care 972 E. Barstow, Unit E Clovis, CA 93612 1 Coalinga Auto & Truck Diesel Repair Center 1 304 E. Polk Street Coalinga , CA 93210 I • Fat Boy's Garage I 41579 Dinkey Creek Road ; Shaver Lake, CA 93664 I .. . I Foothill Auto , Truck & Ag Parts, Inc. 1 NAPA 190 Park Boulevard Orange Cove , CA 93646 r l Foothill Auto Parts 29533 Auberry Road, Suite 99 ; Prather, CA 93651 J&B Auto Sales 792 N. Street Firebaugh, CA 93622 Leo's Tire Service 22055 W. Manning Avenue San Joaquin CA 93660 I I L1on Automotive I 2944 Phillip Avenue Clovis, CA 93612 Matt's Quick Lube 700 E. Elm Street Coalinga , CA 93612 : Mendota Smog and Repair I 1415 9111 Street Mendota, CA 93640 I I I I I I I I I j ! TANK SIZE 480 200 480 480 480 240 480 240 480 480 240 Drum Storage 240 Drum Storage 480 480 Exhibit 8 17 of 53 Page 25 COST PER LOAD I $ 80.00 + 0.25 per gallol. $80.00 + 0.25 per gallor I I I I $ 80.00 + 0.25 per gallo.- I I ·' I I $ 80.00 + 0.25 per galloi I $ BD.DO + 0.25 per galloi l $ 80.00 + 0.25 per galloll I I I $ 80.00 + 0.25 per gallon I $ 80.00 + 0.25 per gallo~ I I $ 80.00 + 0.25 per gall o l II J $ 80.00 + 0.25 per gallo1 I . ) $ 80.00 + 0.25 per gallo I n $ I NO CHARGE I I $ 80.00 + 0.25 p~~ gall~ · I I I I $ NO C HARGE I I , I $ 80.00 + 0.25 pel" gallo1a I ' ' ! I i I I $ 80.00 + 0.25 per gall011 Quotation No. 926-5472 I LOCATION II Morales Auto Repair 1417 4111 Street ! Mendota. CA 93640 J 0' Reilly Auto Parts 1375 N. Willow Avenue Clovis, CA 93612 *0' Reilly Auto Parts 608 Shaw Avenue Clovis, CA 93612 • *0' Reilly Auto Parts 1 2654 Whitson Street Selma, CA 93662 I "0' Reily Auto Pa"" 643 Bethel Avenue Sanger, CA 93657 I y *0' Reill Auto Parts ! 739 Herndon Avenue Clovis, CA 93612 I *0' Reilly Auto Parts 1177 E Manning Avenue Reedley, CA 93654 *0' Reilly Auto Parts 1887 Marion Street Kingsburg, CA 93631 Orange Cove Automotive 1 1 045 W . Railroad Orange Cove, CA 93646 Ralph's Triangle Service 3637 4 Lassen Avenue Huron, CA 93234 Ramon's Tire and Auto Service, Inc. 261 Oller Street Mendota, CA 93640 Red Line Smog 1 620 E. Elm Avenue Coalinga, CA 93210 Rolinda Auto Parts, Repair, Smog & Towing 9191 W. Whitesbridge Road Fresno, CA 93706 1 Sierra Marina, Inc. \ 45795 Toil house Road Shaver Lake, CA 93664 I R & R Auto Repair 115 W. Merced 1 Fowler, CA 93625 1 \ Singh··· & Son Auto Ce.. . n .... t. e .. r 12944 S. Elm Street Caruthers, CA 93609 . . l ' I I I i ! I I I ! I I TANK SIZE 480 200 200 200 200 200 200 200 240/240 480 275/275 240 240 240 480 480 Exhibit B 18 of 53 Page 26 I COST PER LOAD I $ 80.00 + 0.25 per gallo~ I . . I $ 80 00 + 0 25 per gallo* $ 80.00 + 0.25 per gallo.!. • I I $ 80.00 + 0.25 per gallo " 1 l $ 80.00 + 0.25 per gall I $ 80.00 + 0.25 er p g allo ' .. i ! • $ 80.00 + 0.25 per gallo• I . I I ! $ 80.00 + 0.25 per galloft l l $ 80.00 + 0.25 per galio1 , $ 80.00 + 0.25 per gallo. I I 1 $ 80.00 + 0.25 per gallo' I i l $ 80.00 + 0.25 per galloi j ! I $ 80.00 + 0.25 per gallola I I $ 80.00 + 0.25 per gallo 1 ] $ 80.00 + 0.25 per ganon $ 80.00 + 0.25 per gallo~ i I Quotation No. 926w5472 LOCATION Smith Auto Parts I 187 S . Madera Kerman, CA 93630 I Smith Auto Parts 1184 "!" Street Reedley , CA 93654 T & J Area Station 13495 E. Manning Avenue Parlier, CA 93648 Wayne's Auto Parts i 3296 W. Mt. Whitney I Riverdale, CA 93656 TANK SIZE 240 240 480 240 Exhibit B 19 of 53 Page 27 COST PER LOAD I $ 80..00 + 0.25 per gallo~ I \ · $ 80.00 + 0.25 per gallo., 1 $ 80.00 + 0.25 per gallo.; I I [ $ eo.oo + o.2s -••••~ *Used Oi l Filter collection only at this time, however may be added as a Used Oil Collector during the course of the contract. Quotation No. 926-5472 SECTION "C" Exhibit 8 20 of 53 Page 28 Used Oil Removal and Used Oil Filter Disposal Services for American Avenue Landfill, 18950 E. American Avenue. Oil from the 480 gallon tank at this location must be removed at least once every ninety (90) days or when the tank is full. If notified that the tank is full and needs to be emptied, removal of the oil must occurwithinf1ve (5) days. Required testing shall be performed with each pickup . Used oil filter disposal service shall include all labor, material, equipment, transportation, etc. necessary to collect, remove, and dispose of used oil filter from American Avenue Landfill . The hauler shall provide a 55- gallon drum to this location . If notified that the 55-gallon drum is full and needs to be exchanged for an empty drum, removal of the filters must occur within five (5) days. Resources Division staff will serve as the point of contact for the removal of used oil and used oil filters from American Avenue Landfill and will coordinate with the hauler regarding the removal schedule . All invoices pertaining to American Avenue Landfill along with a certificate of recycling or manifest for disposal must be sent to the Resources Division for our records. Mait to County of Fresno, Department of Public Works and Planning-Resources Division , 2220 Tulare Street, 61h Floor, Fresno, California 93721. American Avenue Landfill Contact Person : Dave Thompson, (559) 600-4309. LOCATION American Avenue Disposal Site 18950 E . American Avenue Kerman, CA 93630 TANK SIZE 750 Gallon COST PER LOAD $ 80.00 + 0.25 per galion Quotation No. 926-5472 QUOTATION SCHEDULE-GROUP II USED OIL FILTER DISPOSAL SERVICE Exhibit B 21 of 53 Page 29 The County of Fresno, is soliciting bids to provide all labor, material, equipment, transportation, etc. for the collection and removal and disposal of used oil filters generated by the Participating Agencies. Used oil filters are to be picked up and removed from the Participating Agencies upon request. Reet Services desires to establish a thirty (30) day, once monthly , pickup at Fleet Services Facility . The Participating Agencies reserves the right to increase or decrease the frequency of service during the contract period in accordance with operational requirements . The contracted rate(s) will apply at all times during the contract period. Bidder should provide all labor, material, equipment, transportation, etc. to collect, remove and dispose of used oil filters as specified within this Request for Quotation. Drum estimation is based upon 55 gallon drums and two hundred fifty (250) uncrushed filters per drum or seven hundred and fifty (750) crushed filters per drum . If your containers are different in size , please state their sizes and the number of filters they will hold (uncrushed) give or take 10%. Will Hold: Size Uncrl.lshed Will Hold: Size Uncrushed Will Hold: Size Uncrushed Will Hold: Size Uncrushed County of Fresno estimated drum figures are based upon uncrushed filters . Vendor will supply containers as part of the service at no cost. Based on Total Annual Service Exhibit B 22 of 53 Quotation No. 926-5472 Page 30 County of Fresno Locations (UNCRUSHED). 200 per drum. Location A" B-c-D Drums/Year Vendor Drum Per Trip Drum Cost Total Cost 1. lSD Fleet Services (Main Facility) 30 o.oo $55.00 $1,650.00 4551 E, Hamilton Avenue Fresno, CA 93702 2. Sheriff's Dept.-Fleet Services 2 {Courthouse) o.oo. $55.00 $ 110.00 ~--- Fresno & M Street Fresno, CA 93721 1.:)5 .O'D 3. DeiRey (Area 9) 1 o.oo $55.00 $ . ··'IM-D..rut 3633 S. DeiRey Sanger, CA 93657 4. Caruthers (Area 5) 2 0.00 $55.00 $ 110.00 2544 W Mountain View Avenue Caruthers, CA 93609 5. Sanger (Area 8) 6 o.oo $55.00 $ 330.00 9525 E. Olive ·-···------ Sanger, CA 93657 6. Tranquility (Area 2) 2 o.oo $55.00 $ 110.00 -· ---·;-.-_ -·-··~ -·----... -. 25411 W. Silveria Avenue Tranquility, CA 93668 County of Fresno Total Drums 51 (10,200 Filters) $ 2,420.00 "' 55 Gallon Drums Convert from 55 Gallon Drum to Vendor container size If other than 55 gallon. State Vendor Container Size: If container size is 55 gallon, restate Column A *** Additional cost for pick-up. Exhibit B 23 of 53 Quotation No. 926-5472 Page 31 QUOTATION SCHEDULE-GROUP Ill (OTHER) Waste Description A Antifreeze Waste Oil containing Halogens Greater than 1,000 PPM Oil Water Sump Water Containing Gasoline or Oil Water Soluble Oils Disposal Cost Per Unit Unit of Measure $ 0.00 Gallon $ 5.0 0 Gallon $ 1.95 Gallon $ 1.95 Gallon $ 2.75 Gallon Oils heavily contaminated with Water and Solids Minimum Charge: $ 250 .00 55 Gallon Explain any minimum charges for the items listed above. $200.00 minimum cha rge per 55 gallon drum. B. Include Disposal Pricing for Miscellaneous Waste not listed on the Quotation Schedule. Include a separate sheet if necessary. Label as "Other Waste-Miscellaneous• NON RCRA oily solids/absorbents per 55 gallon d!I"Um $200.00 C. Fresno County Fleet Services desires a twice monthly service for the following at its Main Facility: \ ~ Complete service and cleaning of three (3) large parts $ 1,00.0 0 Per month '-"'. ~" :::;:: s:~::::::r ~:~:;ng of five (5) small parts $ 650.00 Per month ~ (?.~- washers -pan and drum style. ·'t' ··~ Service the drains at the steam rack. $ 500.00 Per month --'--------\_ ~~ ~· -..... Per month ~ Total $ 2,150.00 ----'---- D. Fresno County Fleet Services desires a twice monthly service for the following at its Main Facility: Once during the months of: October, December, February, April $SAME AS ABOVE Per pick-up and July -::t ~ ~ \ Quotation No. 926-5472 WASTE OIL/OIL FILTER COLLECTION QUOTATION SCHEDULE INFORMATION QUESTIONNAIRE Exhibit 8 24 of 53 Page 32 1. As market conditions allow will your company offer a payment incentive per gallon to the County for waste oil/oil filters collected from the locations listed in the Quotation Schedule, Sections A-C during positive market conditions as determined by typical oil financial market indices and as agreed upon by the County and vendor? Yes X No 2. During poor market conditions as determined by OPEC (Organization of the Petroleum Exporting Countries) oil financial market indices and as agreed upon between the County and vendor, how will your company charge the County for oil collected? No Charge for Oil Collected X Flat Rate Charge per service call/pickup (please indicate in Sections A-D) Other (please indicate): 3 . Will your company charge the County for oil filters collected? X Yes No 4 . If yes, how will your company charge the County for filters collected? X Flat Rate Charge per service call/pickup (please indicate in Sections A-D) other (please indicate): 5. Some County departments/programs will now require the waste oil/oil filter collection company to provide a temporary means for storing waste oil and waste oil filters until collected by the company through routine service. Please state below the type of temporary storage your company will provide for the temporary storage of waste oil and waste filters until collected: WASTE OIL X Storage Tank X Drum other (please indicate): Size of storage vessel (gallons) ;OIL FILTERS X Storage Tank X Drum Other (please indicate): Size of storage vessel (gallons) Exhibit 8 25 of 53 AES Operations Manual -loading and Unloading Procedures 7.1 TRANSFER PROCEDURES: FROM TANK andJor CONTAINER TO ROUTE TRUCK • Prior to leaving the AES yard, the driver must inspect/clean the truck's filter pot/screen to assure flow when transferring; • Arrive at the Generator site and set parking brake; • Check in with the Generator; • Verify the waste type/product and volume to be transferred and assure it will not exceed the available tank capacity; • Make sure the truck engine is shut off, unless the truck is equipped with a PTO or extra engine; • Make sure the truck is grounded and wheel chocks in place, if required; • Wear appropriate PPE; • Obtain a sample for waste oil, glycol, and oily water: o Samples must be representative of the material being pumped (top, middle, bottom) using the tools provided; o For multiple contains at the specific generator site, samples are require from each container; those samples are then consolidated into one sample; o The stinger shall not be used or the sample port on the truck unless the tank or container is not accessible for sampling; o If any material does not appear to conform to its description (e.g. color, odor, or consistency} do not pump il Obtain a sample, complete a chain of custody form to accompany the sample; o All samples must be labeled as follows: date, stop number and/or customer number; o For waste oil pickup, prior to pumping, test, as required (i.e. new customers/ DlY I suspicious oil). • Verify volume of waste to be pumped using customer tank charts, if available, if not, use AES's truck measuring device; • Return to the truck and retrieve hose and appropriate tools/equipment (e.g. coupling, reducers, cam locks, stinger) to perform the transfer and place the equipment at the work area; o Return to truck, vent truck accordingly prior to engaging the PTO. For some trucks this procedure occurs when opening the air operated internal valves. Some AES trucks may utilize a manually operated vapor recovery venting system; • Open appropriate valve(s) and internal valve(s) for the waste type that is being transferred (e.g. use the 3,000 gallon compartment for oil and use the 1,000 gallon compartment for antifreeze. Note that both compartments may be used if a single waste stream is being loaded and requires both compartments to contain the volume.) Under no circumstances is mixing of waste aliowed; • Engage PTO; • Connect hose to tank valve that is to be emptied. For certain tanks and other containers {drums/totes), place stinger into tank/container; • Begin loading the tank truck; 7 .1 Transfer Procedures: From Tank andJor Container to Route Truck Page 1 of 2 (Rev .GIZZ/15) f: j " l· Exhibit 8 26 of 53 AES Operations Manual -Loading and Unloading Procedures 7.1 TRANSFER PROCEDURES: FROM TANK and/or CONTAINER TO ROUTE TRUCK-CONTINUED • Driver must stand by their truck at all times; ·• Verify that no leaking hose or valve connections exist; • After -loading is completed, and the pump is still running and valves are still open, disconnect the hose from the tank and cap the end of the hose. OtherVIiise, if using a stinger, remove the stinger from the -container while wiping dff the stinger. Then turn the stinger LJptight while walking back to the truck to place the stingerinto its proper compartment (to prevent dripping). The driver will then disconnect the hose fr.om the stinger and cap the hose end and the stinger's end cap; • After hose is wound on the hose reel, then the driver rnust close the internal valve and disengage PTO pump; the driver must close the butterfly valves to prevent any release; • Measures the volume of waste/product pumped into the AES tank(s) and record the volume on the Service Order or manifest, as appropriate. After the driver completes the manifest, the driver and generator must print, sign and date the manifest. The Generator Initial Copy of the manifestis to be given to the Generator .after the manifest is completed and signed. For consolidated manifests, the Driver must complete the Seniice Order. On the Service Order, the Driver must record the manifest number, volume pumped, mark and/or verify the correct waste disposal information (which disposal facility), the test results for oil as appropriate, complete boxes 1 thru 3 (Generator Waste Certification) and complete b·ox 4 (Waste Minimization Certffication). Also, the driver must have the generator sign and date the Service Order. A aopy of the Service Order is given to the Generator after the Service Order is completed and signed; • At an unmanned facility the driver must verify a signature release form is on file prior to loading and follow established procedures; • Driver shall return to his truck and dean tools and area; • Driver will ,complete appropriate labels for the Generators, and apply new labels, as applicable; • The Driver Will caH in any other pickups needed on site that AES provides for the Generator. e The shall call his Supervisor immediately should any incident (spills) occur at the Generator's site. 7.1 1 ransfer Procedures: From Tank and/or Container to Route Truck P~ge2 af2 IR•v.61221'!5} ' , r ! Exhibit 8 27 of 53 AES Operatiof1S fiAanual-Loading and Unloading Procedures 7.6 TRANSFER PROCEDURES FOR ROUTE TRUCK TO TSDF TANKS • Arrive at the TSDF site and set parking brake; • Check in with the TSDF Operator; • Give the TSDF Operator AES' shipping records (i.e. manifest, bill of lading, service order, and MSDS as appropriate); • Make sure the truck is grounded and wheel chocks in place, if required; • Review shipping papers (i.e. manifest) with facility personnel to ensure the paperwork has been properly filled out. Such as: Generator name and address, proper waste codes, designated facility name and address, volumes, etc.; • When directed by the TSDF's personnel, pull truck onto the sampling area, chock wheels and ground vehicle, as appropriate; • The TSDF personnel will sample and test the load. After the load is approved by the TSDF, the TSDF's personnel will determine which tank will receive the waste and direct the truck to appropriate receiving tank; • Prior to moving the truck to appropriate receiving tank verify the dome lids are secure; • Make sure the truck engine is shut off and the parking brakes is set; • Wear appropriate PPE; • After the TSDF Operator/Generator acknowledges that transferring is approved, verify and confirm with TSDF Operator which hose to connect to the tank (if appropriate) and/or AES truck; • Place drip pans under connections; • Remove caps and inspect for rags or any debris; • Vent truck, connect the hose to the truck and open the valve and internal valve( s) for the compartment( s) to be offloaded; • After the pump is engaged the driver is to monitor the hose and fittings for leaks until the transfer is complete; • Once the transfer is complete, the driver must visually inspect inside the compartment to verify that it is empty and secure the dome lids; • When truck or trailer is empty, close discharge valve; • Open cam lock ears at the truck discharge valve connection so the pump will suck air to push through and clear all products in the hose going to the TSDF's tank; • The TSDF's personnel will tum off the TSDF's pump, and close both suction and discharge valve on the pump; • Disconnect hose from the discharge valve of the truck; • Clean up any drips or spills; 7.6 Transfer Procedures for Route Truck to TSDF Tanks Page 1 of 2 tRw.at:zzlf&) ~. . '•' -------·---·-·-··-· -----Exh1b1t8 . 28 of 53 AES Operatic~ f1Aanual -Loading and Unloading Procedures 7.6 TRANSFER PROCEDURES FOR ROUTE TRUCK TO TSDF TANKS - CONTINUED • After unloading is completed, the TSDF's personnel will take measurements and record the volume received on their Waste Assessment Records; • Verify the volume with the TSDF OperatorJGenerator; • Secure the dome lid(s); • Clean up any drips or spills; • Once the TSDF has released the AES truck, obtain applicable shipping papers from the TSDF Operator and review for accuracy; • Placard truck, as appropriate; • Remove grounding cable and wheel chocks. 7.6 Transfer Procedures for Route Truck to TSDF TankS Page2 of 2 {RIIVJi122115) ,_ .. ,· .; ;.. ' Exhibit B 29 of 53 AES Operations Manual-Loading and Unloading Procedures 7.10 NON-BULK TRANSFER-DRUMS, TOTES, CUBIC YARD BOXES USED OIL FILTERS/GASOLINE FILTERS • Verify with generator personnel what is scheduled to picked up; • Verify the service order/bill of lading on how many drums will be loaded and/or unloaded at generator; • Release and lower lift gate and unstrap cargo strap to unload required empty drum(s) to unload at generator; • "EMPTY" sticker will need to be removed from empty drum(s); • The empty drum must be affixed with label ·used Oil and Gasoline Filters"; • Write on label -Generator Name; • Make sure drum(s) ring and lid are properly secured prior to loading on truck; • Check integrity of drum(s) prior to loading; • If drum(s) are not acceptable for transport contact supervisor for instructions; • Load drums on lift gate with drum dolly or forklift and secure in truck with cargo strap. • The full containers must be marked with Generator Name, Service Order Number, and pick up date; • Record how many drums on the Service Order to be picked up and have generator verify the number of drum(s) picked up and sign the Service Order. 7.10 Transfer Procedures: Non-Bulk Transfer-Drums, Totes, Cubic Yard Boxes Page 1 of 4 (Rw.612:Z!t51 1 f· ;:.. Exhibit 8 ~ 30 of 53 i AES Operations Manual -Loading and Unloading Procedures 7.1 0 NON-BULK TRANSFER-DRUMS, TOTES, CUBIC YARD BOXES - CONTINUED HAZARDOUS WASTE DRUM'S • Verify with generator personnel what is scheduled to picked up; • Verify the Service Order and/or the Project Setup Form how many drums will be loaded and/or unloaded at generator; • Release and lower lift gate and unstrap cargo strap to unload required empty drum(s) to unload at generator; • Verify on manifest(s) the material you are picking up matches what is on the hazardous waste label and hazardous waste manifest; • The volume, container type, number of drums must be written on hazardous waste manifest; • Ensure the drums are an UN approved container; • Check integrity of drum(s) prior to loading; • If drum( s) are not acceptable for transport contact supervisor for instructions; • Mark the lid of the hazardous waste drum(s) with the following : Destination, number of drums (1 of 4), and manifest number; • Driver will print, sign, and date the hazardous waste manifest; • Generator must print their name, sign, and date the hazardous waste manifest; and must sign the Waste Profile and Service Order; • Provide the Generator with the Generator Initial Retain copy of the manifest and Service Order copy; • Load drums on lift gate with forklift, pallet jack, and/or drum dolly and secure in truck with cargo strap. 7.10 Transfer Procedures: Non-Bulk Transfer-Drums, Totes, Cubic Yard Boxes Page2 of 4 !ReV .61l2115) ~: I ' L i r ! . Exhibit B t 31 of 53 ijc AES Operations Manual-Loading and .Unloading Procedures 7.10 NON-BULK TRANSFER -DRUMS, TOTES, CUBIC YARD BOXES- CONTINUED CUBIC YARD BOXES • Verify with generator personnel what is scheduled to picked up; • Verify the Service Order and/or the Project Setup Form how many cubic yard box(s) will be loaded and/or unloaded at generator; • Release and lower lift gate and unstrap cargo strap to unload required empty cubic yard box{s) and pallet(s) to unload at generator; • Verify on manifest(s) and profile the material your picking up matches what is on the cubic yard box(s); • Check integrity of cubic yard box(s) prior to loading (e.g. saturation, holes, wet, crystalized, crushed); • If cubic yard boxes are not acceptable for transport contact supervisor for instructions; • The volume, number of cubic yard box(s) must be written on hazardous waste manifest; • Label two opposing sides of the cubic yard box( s) with appropriate hazardous waste labels; • Driver will print, sign, and date the hazardous waste manifest; • Generator must print their name, sign, and date the hazardous waste manifest; and must sign the Waste Profile and Service Order; • Provide the Generator with the Generator Initial Retain copy of the manifest and Service Order copy; • Load cubic yard box{ s) on lift gate with forklift or pallet jack and secure in truck with cargo strap . 7.10 Transfer Procedures : Non-Bulk Transfer-Drums, Totes, Cubic Yard Boxes Page 3 of 4 (RI!II .5/Z2115) ~ F ; . ,. •· ~ I Exhibit B 32 of 53 ~S Operations Manual -Loa<iing and Unloading Prooedures . 7.10 NON-BULK TRANSFER-DRUMS, TOTES, CUBIC YARD BOXES - CONTINUED NEW ANTIFREEZE DELIVERY • Verify lot number is on drum/container; • Verify with generator personnel on what you are scheduled to deliver; • Verify the Service Order on how many drums/containers will be loaded/unloaded at generator; • Write date of delivery on label of drum/container you are delivering; • Release lift gate down and unstrap cargo strap to pull out with drum dolly required drum{s)/container(s) to unload at generator; • Secure any empty drum container(s) picked up with cargo strap; • Write how many gaUons delivered on Service Order and have generator sign the Service Order. 7.10 Transfer Procedures: Non-Bulk Transfer-Drums , Totes, Cubic Yard Boxes Page 4af 4 IR•• .11122115] I 1· . .. AES Operations Manual -Loading and Unloading Procedures 8. WASTE IDENTIFICATION 8.1 What is Non-RCRA Used Oil? Legal Definition of Used Oil: Exhibit 8 33 of 53 California Health and Safety Code section 25250.1 defines used oil as "any oil that has been refined from crude oil, or any synthetic oil , that has been used , and, as a result of use or as a consequence of extended storage , or spillage, has been contaminated with physical or chemical impurities". Used oil includes, but is not limited to, the following: Used motor ons: Used industrial oils: Other oils: Vehicle crankcase oils; Hydraulic oils; Transformer oils; Engine lubricating oils; Compressor oils; Refrigeration oils; Transmission fluids ; Turbine oils; Metalworking oils; Gearbox and differential oils; Bearing oils; Railroad oils Gear oils; and Vegetable oils used for lubrication. Waste synthetic oils that may be managed as used oil include: Oil derived from coal, oil shale, or polymers; Water-soluble petroleum-based oils; Vegetable or animal oil used as a lubricant; Hydraulic fluid; Heat transfer f\uid . Used oil does NOT include: Antifreeze; Brake fluid; Other automotive wastes; Fuels; Solvents. Substances which are not regulated as used oils include: Oils with a flashpoint below 1 00°F; Oils mixed with hazardous waste; Wastewater containing small amounts of used oil; Oily wastes that are not used oil; Oily wastewaters that are not used oil; Tank bottoms; Used oil processing bottoms; Used oil re-refining distillation bottoms ; Cooking oils (edible); Grease; Oils containing 5 parts per million (ppm) polychlorinated biphenyls (PCBs) or greater; 8. Waste Identification Page 1 of 3 !Rev .&12%/15) I I ' ,· I, r. ·. Exhibit B ~ 34 of 53 ~. AES Operations Manual -Loading and Unloading Procedures Oils containing more than 1,000 ppm total halogens*; See rebuttable presumption guidance in Drivers Manual, Section 11, Hazardous Waste Policy Document # 8, item B. Characteristics of Used Oil: Color: Dark (black., brown, amber); Odor: Mild petroleum odor (no fuel or solvent odor to be present)-DO NOT SMELL; Halides: Must be < 1,000 ppms, unless rebutted; Flash Point: >1 OO.,F. Note: when sampling used oil containing fuel, fuel odor will be present, observe the coliwasa, oil containing fuel will usually run/flow freely out of the sampling device while leaving minimal oil residual oil on the external (outside) the sampling device. 8.2 What is Non-RCRA Used Antifreeze? Antifreeze is a substance added to a solvent, such as water, to lower its freezing point. Antifreeze is a solution of ethylene glycol, water and additives. Antifreeze is used to protect liquid-cooled internal-combustion engines to prevent freezing during the winter and boil-over during the summer and consequently damage to the engine water jacket and radiator. Antifreeze actually serves another function of allowing for higher temperatures without boiling therefore also being an anti--boil agent. During use, an antifreeze solution eventually becomes contaminated and is uniit for future use without processing. Used antifreeze is a solid waste. As with any solid waste, the generator of used antifreeze is responsible for determining, either by process knowledge or by analytical testing, whether the waste is hazardous. lf the waste is hazardous, it must be managed according to the hazardous waste regu\ations. Characteristics of used Antifreeze: Color: varies (orange, blue, purple, red, green, amber, pink, dark brown); Odor: Mild to sweet-(no fuel or solvent odor to be present)-DO NOT SMELL; pH: range >3 <12; F~ash Point >140°F. Note: when sampling used waste antifreeze containing fuel, fuel odor will be present. 8.3 What is Non-RCRA Oily Water? Oil containing >30% water. Oily water may appear to be a single phase, a double (two) phases and on occasion three phases. Single phase: primarily water soluble oil/emulsified. Double phase: oil water separation {oil on top and water on the bottom). Three phase: oil on top, water in the middle, and solids on the bottom. Characteristic of Non-RCRA Oily water: Color: Dark (black., brown, amber); B. Waste Identification Page 2 of3 jRev.612211S) ~ ' t ' i: J. r i; I. f ,. j: AES Operations Manual -Loading and Unloading Procedures Odor: Mild petroleum odor (no fuel or solvent odor to be present}-DO NOT SMELL; Halides on the oil layer: Must be < 1,000 ppms, may not be rebutted ; Flash Point >140°F. Note: when sampling city water containing fuel, fuel odor will be present. 8. Waste Identification Exhibit B 35 of 53 Page3d3 (Rev ..6122M5) ~ ExhibitS ACORD® CERTIFICATE OF LIABILITY INSURANCE 36 of 53 J DATE(IIai/DDIYYYY) ~ . 10/28/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIACA TE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. THIS CERTIACATE OF INSURANCE DOES NOT CONSmUTE A CONTRACT BETWEEN THE ISSUING INSURER(S}, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(i.es) lllust be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the . certificate holder in lieu of such endorsementts) .. PRODUcER Arthur J . Gallagher & Co. Insurance Brokers of CA. Ucense #0726293 505 N . Brand Boulevard, Suite 600 Glendale CA 91203 INSURED Asbury Environmental Services 1300 S . Santa Fe Ave. Compton, CA 90221 WORLOIL-02 ~~~C' Global Risk Manaaement '-~!!J.i.~.ll:.oi"O;;,:,·~,;IliE••co.:·~et!l!."!:..' .:::8_:1.:::8~-5~3~9:....·:23::::0::::0:::: .. ---~--~' f,~~ai· 818-53~·1801 · · i~~~-GRM Certificates@ajg.com INSURER(S) AFFORDING COVERAGE NAICII INSURER A :National Union Fire ., nsurance Campa •19445 I NSURERa·lnsuran~ Companv .ofStateofPA '19429 . 1-'I!.!!Ni!!SU:!!RE!!:!!.R,.!!Dc,.. _______________ .----------j IHSl.IRER E.: INSURER F : I COVERAGES CERTIFICATE NUMBER: 338406272 REVISION NUMBER; ·~ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY Pi:~lbb INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WrrH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDI110NS OF SUCH POLICIES . LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ''~i: TYPE OF INSURANCE .. ~ . . · pou~ ~ER H • I /:..W'"'OOCY,..o"" 1 "Jv""'f:"".),"'· .. ~c-. !MM!D"'POIJCY"'._,. DIYYY'f<vl!m!<i·.l<'·· ."';1 ~-----"--"-.-.. .;_ .... -.-1.MTS-... .;_.-----'-~"""'--"-.:::.:;_---i A x . cOMMERCIAL GENERAL uA8iUTY • GL9B75807 no/3112015 to/31/2016 · EACH occuRRENCE 1 s1.500,000 ·. I .. J CLAIMS-MADE 0 OCCUR ='M'?:'.:;=.fe..ce $Excluded I MED EXP (Any one person) ; SExcluded -~~----~~-.----- GEN"L AGGREGATE UMIT APPLIES PER: · .!J POLICY o r~ D LOC I ~OTHER: 8 WORKERSCOMPENSATION A • AND EMPLOYERS' UABIUTY A •AtolY' PROPRIET'ORIPARTNERIEXECUTIVE I OFFICERIMEMBER EXCLUDED? r fManllacl)' in NH) l it yes, describe under I DESCRIPTION OF OPERATIONS below C I Pollution Legal Liability ~ CA 9701115 we 13626527 I WC13626526 'WC13626528 , PLS1531069 !1 0/31/2015 "0/31/2015 h0/31/2015 i10131/2015 r 0131/20i4 •10131/2016 :10/31/2016 ;1 0/31/2016 110/31/2016 PERSONAL& PDV INJURY : $1,500,000 GENERAL AGGREGATE $3,500,000 . -------~~~~~--~ PRODUcTS -COIIAP/OP AGG ':-'!3:c.:·•5:_::0c=.Oc::.,0::.:00"'. ~---jl fE'i:":i:;":t7,:i';''INGLHIMII s1.000,000 . l BODILY INJU=R:Y7 -;:(Pe,...r·-p-ers-on""7)' ~s==-;;.;;..;;.-...,.....,,..,.....,....,1 BODILY INJURY (Per acadent) S . ~AID>GE '$ ~ ~~~Per~soo~·~dm~t·--~------~·. _ ___j ~L DISEASE -EA EMPLOYEE' $1 ,000.000 E.L DISEASE -POUCY LIIIAIT • j $1,000.000 l Each AcctdeniiAgg $ 5 ,000,000 I r/30/2015 . l DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101. Additional Remarks Scnedule, may be attached If more space is requlrad) Evidence of Insurance in respects to operations of the Named Insured. CERTIFICATE HOLDER To Whom it May Concern ACORD 25 (2014/01) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE iliEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. © 1988·2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ! I ! I ! ·• ' ASBURY 8\TVIRONMENTAL SERVICES DBA WORLD OIL EN\'IRONMENTAL SERVICES 1300 S SANT.A. FE AVE COMPTON, CA 90221 Exhibit B 37 of 53 CITY OF COMPTON BUSINESS LICENSE CERTIFICATE BUSLl\lESS LICENSED IVISION -2ft5 N. WILLOWBROOK AVE, COMPTON, CA 90220 -(31 0) 6ftS-5508 The below named license holder has paid a busiress license fee to engage in, carry on a; conduct a business tra~. calling. professior. exhibition or occunation coded below until this certificate exoires. Grantin!! of this license does not entitle the license i:lolcier to ooerare or maintain E business iiceose in . viol.arion of' any other law or ordinance . ln addition this license is nol transferable to an)' other party. and no refunds wili be issted for the license once a ceniftcate has been issued. LICENSE NO: BUSI!\"ESS: LOCATION: 0'\VNER NAME: MA..ILING iJ>DRESS: RESTRICTIONS: BLlS-002709 ASBURY ENVIR.O.N1..1ENIAL SERVICES DBAWORI.DOTI... ENVIRONMENTAL SERVICES !300 S SANTA FE AVE STEVE KERDOON 1300 S SANTAFEAVE COMPTON, CA..9022.l EXPIRA . .TION DATE: ISSUE DATE: OWNERSHIP TYPE: CLASSIFICATION: DESCRIPTION: 06/30/20!7 07/06/2016 Corpora.tioD 5331 DISPATCH OFFICE DEPARTMENT OF MOTOR VEHICLES MQIQR CARRiER SERVICES BRANCH MS GS75 -·--FO BoX 932370Sa::::ramenro. CA 94232~700 (91B) S57-8153 11128/2007 ASBURY ENVIRONMENTAL SERVICES 9302GARFIE1..D AVE S01JTHGA TE, CA 90280 NON-EXPIRING MOTOR CARRIER PEILVITT J Pmt Dare: ! Account It: t Seouenc~ #: 2!554 0003 Combined Carrier Tech fD: m -Amt Paid: Nn .P=. !!!IJv11'0RTAl'I'T REMINDERSl!! Thil; non-expiring Motor Carrier Permit {MCP) wmrems.in vaiid & long a.& you continue to conciuct inter stare operat.ioru The Unified Catr ier Registration Act (UCRA) of 2005 exempts combined carriers. ( cauiers wh{) operate 'oath intta and interstat:f:) from MCP regl!irements 2 Federal Motor Cartier Safety Administration insura.tlce.requuements musl be maintained. . .o If you commence imrastate onl)' operations, you must renew your MCP Exhibit 8 38 of 53 t I Caiifor.nia Relay Telephone Service forth~ cieaf or hearing impaired from TDD Phon:;;: l-800-735-2929; nom Voice Phones~ i-&00-735-2912 A Public Service Agency ..-~ STATE OF CALIFORNIA ~:~~ l DEPARTIII!:NT OF CALIFORNIA HIGHWAY PATROL X / HAZARDOUS MATERlALS 1 ~/ TRANSPORTATION LICENSE I ~~ CHP 360H (REV. 1100) OPI 062 I CONTROL NUMBER 218296 CA68 UCENSE NUMBI!ft 36459 LDCATlON 530 ISSUE DATE 1/2012016 Exhibit B 39 of 53 .·,,EFFECTIVE DATE I'EXPIRAl\ON DArt: I J212912tl'f6 . 2128/2017 0 Duplicate 0 Realacenl<llll . n Initial Vi PROPERTY OF THE CALIFORNIA HIGHWAY PATROL (CHP) . The original valid license must be kept at \he licansee's place of business as incftcaled on the license r-----=---=------..,.---,---,--------------------~and a legible copy must be carried in any vehicle or combina~on uansporrng h.u:ardous waste I ]UCENSEE NAME AND PHYSicAL STATION ADDRESS (If different lhBn below) maleriais and must be presenled to any CHI' ofroc"r upon requesL This license is NON-·1 TRANSFERABLE and must be surrendered ro lhB CHP upon demand or as required by law. A majority change in ownership or cunlrol c! the licensed activity sllaW require a new r.cense . Titis 1 ASBURY ENVIRONMENTAL SERVICES license may be renewed by submilling an apphcation and appropriale tee 10 lhe CHP . Persons whose '! 303 SOUTH SANTA FE AVE &censes have expired or are otherwise no longervaDd must immediately cease lhe actlvltynequiring a license. THERE IS NO GRACE PERIOD . For licensing mtonnalion contact CHP, Commercall Vehicle i COMPTON CA, US 90221 · Section at f916J 843-3400. ! LICENSEE NAME. AND MAILING ADDRESS Attention: JESSICA TORRES ASBURY ENVIRONMENTAL SERVICES 9302 GARFIELD AVE SOUTH GATE CA, US 90280-3805 This carrier is on the special :outing/sage stopping place mailing lists as indicated below: D D D (HMX) Explosives sub)eciiO Division 14, Calllamla Vehicle Code (CVC). (HMPH) Polson Inhalation Hazard materials In bulk packages subject to Division 14.a, eve. (HMRCQ) Highway Route Controlled Quantity radioactlvo materi als sUbject to Olvtslon 14 .5, eve. ·Any person who dumps. spills, or causes lhe release or hazardous materials or hazardous waste .upon any highway shall immediatetynotity the CHP or lhe agency having jurisdiction tor t""l highway. The minimum line tor laUure to make the appropriate notHicalion is 52,000.00. (CVC Sedion 231 12.5) Department of Toxic Substances Control Exhibit B 40 of 53 Matthew RDCinquez Secretary for Envirorvnental Protection Barbara A. Lee, Director 1001 "I" Street Edmund G. Brawn Jr. P.O. Box 806 Sacramento, California 95812-0806 "'*'*'HAZARDOUS WASTE TRANSPORTER REGISTRATION"'*'* WITH CONSOLIDATED TRANSPORTER NOTIFICATION NAME AND ADDRESS OF REGISTERED TRANSPORTER: ASBURY ENVIRONMENTAL SERVICES DBA WORLD OIL ENVIRONMENTAL SERVICES 1300 S SANTA FE AVENUE COMPTON, CA 90221 TRANSPORTER REGISTRATION NO: 0015 EXPIRATION DATE: MAY 31,2017 Governor THIS IS TO CERTIFY THAT THE FIRM NAMED ABOVE IS DULY REGISTERED TO TRANSPORT HAZARDOUS WASTE IN THE STATE OF CALIFORNIA IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 6.5, DIVISION 20 OF THE HEALTH AND SAFETY CODE AND TITLE 22 OF THE CALIFORNIA CODE OF REGULATIONS, DIVISION 4.5. THIS REGISTRATION CERTIFICATE MUST BE CARRIED WITH EACH SHIPMENT OF HAZARDOUS WASTE. FOR REGISTRATION INFORMATION, PLEASE CALL (916) 440-7145. t.! (AUTHelRI~J::;:D SIGNATURE) MAY 31, 2016 (DATE) Exhibit B 41 of 53 Stale of California -California Environmental Protec:lion Agency Department of Toxic Substances Control Transportation Unit 8800 Cal Center Drive. Sacramento, CA 95826 Phone (916) 440-7145 Fax (916) 255-6436 CONSOLIDATED TRANSPORTER NOTIFICATION 1. Business Name (Show d.b.a. name, show name exacUy as it will appear on registration; same name I' ':l'o""'7 :1 or trademark is required on all vehicle&}: Asbury Environmental Services, dba Worid Oil Environmental Services 5 3. Business Address Numbeltstreat i City ! County/Province StateiCountry j Zip/Postal Code l I Compton i I 1300 S. Santa Fe Avenue 1 Los Angeles California 90221 4.--(lf-P.O.B-~ City i CountyiPJ'OIIInce I State/Country ~-c- Same \ I Sa. Telephone Mumber (Ext. Ntmber) 1 6. Identification Mumbe!$. If your company transports hazardous wastes, operates the designated I facility, and intends to submit only the facility copy of the consolidated manifests · puniUant to Health . and Safely Code Section 25160(b}(5){A), you must proVide all the t~nsporter and facility_ idemtlfic~tion numbers (12 characters) used by your company on these manifests. H necessary. list additional identification numbers on a se arate sheet. ! ( 310) 886-3400 CAD028277036 1 5c. E-mail Address j Jtorres@asburyenv .com I 7. I Intend ID transpon the following hazardous wastaatrsam under the consoftdated manifesting procedure, as described in Health and Silfsty Code, Section 25160.2.. [Check all applic;able boXCas)]: @ UsedoD @ Contents of an oillwater separator © $ ® @ ® SoUds contaminated with used oil Brake lluid Antifreeze Antifreeze sludge Parts cleaning solvents. including aqueous cleaning solvents Hydroxide sludge contaminated solely with metals from a wastewater treatment process (i) "Pairt-related" wastes, including paints, thinners. filters, and sludges Q) Spent photographic solutions @ Dry cleaning solvents {including perchloroelhylene, naphtha, and smcone based solvents) (b) Filters. lint, and sludges contaminated with dry cleaning solvent ~ Asbestos and asbestos-containing materials l inks from the printing industry Chemicals and laboratory packs collected from K-12 schools Absorbents contaminated with other wastes listed in Health and Safety Code Sec:lion 25160.2(c) (Q) Filters from mspensing pumps for diesel and gasc*le fuels I s. Name and Title of Authol1zad~s~resentative (print ~: • Jam~ Ennis, Chief Operating Officer ~ ... ~, .. __.. I Note:· Keep this Consolitlate Tran porter Notification, signed by OTSC, with the valid Transporter Registration Certificate in the vehicle at all times during the transportation of hazardous waste. Transportation of wastestream(s) listed above, under the consolidated manHesting procedure, without notifying DTSC is a violation of Health and Safety Code (HSC) Section 25165(a), and may be subject to significant penalties. Consolidated transporters are also re uired to submit uarterl reports ursuant to HSC Section 25160.2f d). _ r, DQ NOT WRITE BELOW THIS LINE (FOR DTSC USE ONLY T~jsportation UnitRepreset:ttative '..J Received date . E\\L.C~i1 frs:p ;:__ (Print or type n~~e) Expiration date .:S I '1 \ \'I/ ·i 1,; ·' ; :::; I I L-....... I \_ DTSC acknowledgement date DTSC 1299 (7/09) Exhibit B 42 of 53 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION HAZARDOUSMATERULS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S) 2016-2017 Registrant: ASBURY ENVIRONMENTAL SERVICES DBA WORLD OIL ENVIRONMENTAL SERVICES Attn: JESSICA TORRES 1300 S.$ANTA FE A VENUE COMPTON, CA 90221 This certifies that the registrant is registered with the U.S. Department of Transportation as required by 49 CFRPart 107, Subpart G . This certificate is issued under the authority of 49 U.S.C . 5108.lt is unlawful to alter or falsify this document. Reg. No: 052516 553 002Y HM Company ID: 062919 Effective: 07/01/2016 Expires: 06/30/2017 I Record Keeping Requirements for the Registration Program The following must be maintained at the principal place of business for a period of three years from the date of issuance of this Certificate of Registration: (1) A copy of the registration statement filed with PHMSA; and (2) This Certificate ofRegistration Each person subject to the registration requirement must furnish that person's Certificate of Registration (or a copy) and all other records and information pertaining to the information contained in the registration statement to an authorized representative or special agent of the U. S. Department of Transportation upon request Each motor carrier (private or for-hire) and each vessel operator subject to the registration requirement must keep a copy of the current Certificate of Registration or another document bearing the registration number identified as the "U.S. DOT Hazmat Reg. No." in each truck and truck tractor or vessel (trailers and semi-trailers not included) used to transport hazardous materials subject to the registration requirement. The Certificate of Registration or document bearing the registration number must be made available, upon request, to enforcement personnel. For infonnation, contact the Hazardous Materials Registration Manager, PHH-52, Pipeline and Hazardous Materials Safety Administration, U.S . Department of Transportation, 1200 New Jersey Avenue, SE, Washington, DC 20590 , telephone (202) 366-4109. Alliance for Uniform Hazmat Transportation Procedures Uniform Program Credentials ASBURY ENVIRONMENTAL SERVI ES l300 S SANTA FE A VENUE COMPTON, CA 90221 l USDOT Census · 193134 I MC#: 827800 EPA Transporter ID : CAD028277036 PHMSA #. 0612515002012X Telephone number to call in case of accident or emergency: 310-466-5011 ~Uniform Program#: UPM-193134-NV I Certified by: Sarena !NicfzofS l Registration Issued: April 01, 2016 Regis!Illlion Expiration: Mluoh 31st, 2017 . Issuing Agency: Nevada Highway Patrol L Agency Telephone Number: 775-684-4622 Exhibit B 43 of 53 --~ A A C F OR UNI F ORM A TRANSPORTATI O N PROCEDURES OEPA ACKNOWLEDGEMENT OF NOTIFICATION OF HAZARDOUS WASTE ACTIVITY Exhibit B 44 of 53 This is to acknowledge that you have f.lled a Notification of Hazardous Waste Activity for the installation located ar the address shown in the box below to comply with Section 3010 of the Resource Conservation and Recovery Act (RCRAJ. Your EPA Identification Number for that installation appears in the box below. The EPA Identification Number must be in· eluded on all shipping manifests for transporting hazardous wastes: on al1 Annual Reports that generators of hnardous waste, and owners and operators of hazardous waste treatment, storage and disposal facilities must me with EPA; on all applications. for a Federal Hazard· ous Waste Permit: and other hazardous waste management reports and documents required under Subtitle C of RCRA. INSTAI..I..ATION AOQI'II:liiS EPA Form &700.12A 14-«JI >-' ~CAD028277036 ASBURY ENVIRONMENTAL SERVICES 2100 N. ALAMEDA STREET COMPTON, 2100 N. A~~ STREET COMPTON, CA 90222 CA 90222 9. WASTE OIL A. Is oil tested for contamination prior to each collection? Exhibit B 45 of 53 No. A 4 oz. retain sample is pulled from every generator at time of waste oil pick up. Unless it is Asbury's first time providing service a chloro d-tech test is performed prior to pick up. Asbury service orders has a generator waste certification which states customer/generator has not mixed oil with any other hazardous waste. B. Briefly describe the process if oil testing positive for contaminants (i.e. how the oil is collected. handled, transported, final disposition -where and how?) C. Describe the process for documenting the collection of contaminated used oil. Answer B &C Disposal facility will test load according to their Waste Analysis Plan 0N AP). In the event the used oil is deemed non-conforming to used oil specification, additional lab analysis would be required of the retain samples to determine the source of the contamination and the contaminant. Once source and contaminant is identified the responsible generator would be notified. Asbury would then find the proper disposal facility to dispose of the nonconforming waste. D. At any time during this agreement, the County may request statistics on all, or any Group/Section of oil collection (no. of filters collected. no. of gallons collected, how disposed), contaminated oil and/or other substances described in this RFQ. Please provide contact staff names. telephone numbers. and email addresses appropriate to the provisions of statistical infom1ation. Tamie ~Anderson, (310) 886-3400, Tandersomwasburvenv.com Exhibit B 46 of 53 E. List all current federal, state and local licenses and permits you company carries in order to perform the type of work requested herein. Licenses and permits should pertain to all aspects of disposal (i.e. pick-up, transport, storage, recycling, etc.) Asbury A!!enc v DMV CHP DTSC DOT- PHMSA EPA ID# DK Permit/License Permit# Non-Expiring Motor Carrier Permit CA# 0000068 Hazardous Materials Transportation License 36459 Hazardous Waste Transporter Registration 0015 With Consolidated Transporter Notification Hazardous Materials Certificate ofRegistration 061215 002 012X EPA CAD028277036 F . List all equipment to be used by vendor to provide this service and state the capacity of each. UNIT# !LOCATION 'MODEL 'MAKE 'DUTY 100~FRESNO M2-106 FREIGHTLINER WASTE OIL 1 100rRES~_Q_ 1 M2-106 FREIGHTLINER WASTE OIL 101 CHICO . . . M2-:106 . FREIGHTLINER WASTE OIL to.t :~piXON IM2-106 IFREIGHTLINEB . lwAsTE OIL 1D21FR.E~NO IM .. 2106 IFREIGHtLINER . IWASTE OIL I 103 !DIXON IT8 SERIES IKENWQRTH WASTE OIL 104:DIXONM2-106 . . . "l FREIGHTLINER WASTE OIL 104$DIXON IM2-106 IFREIGHILINER IWASTE OIL r---~~HICQ M2-1 06 FREIGHTLINER WASTE OIL 105. DIXON M2-106 FREIGHTLINER WASTE OIL 105!)DIXON I M2-106 IFREGHTLINER IWASTE OIL 105lDI)(ON. I M2-106 IFREIGHTLINER :IWASTE OIL 105.l)CHICO. ILS5DO Series ISTERIJNG !WASTE OIL 1051~DIXON IL8500 Series !STERLING 1WASTE OIL/FLOATER 106 l FRESNO -· _ IACTERRA !STERLING IWASTE OIL I ~6:W~~~~o ACTERRA !STERLING IWASTE QIL M2-106 IFREIGHTLINER. IVVASTEQIL 106 $CHICO ACTERRA !STERLING IWASTE OIL 1071DIXON ACTERRA !.STERLING IWASTE OIL _____ 19_I~fONTANA M2-106 FREIGHTLINER 107iDIXON M2-106 . FREIGHTLINER . WASTE OIL WASTE OIL t----1_0....;7 +-D .. !_>~O~---------M2-l,Q~---· ___ -··· ~-FREIGHTLINER ... -~:..-~~~J~-"-Q~L,tf~OA_LE __ R~J'-..;_· ---'---- 1 107RENO M2-10!3 FREIGHTLINER WASTEOIL 107 OIXON . fv12-106 .. · f J3EIQHTLINER . VVASTE .OIL .. 108 DIXON M2-106 FREIGHTLINEF:L _ .. WASTEQIL ---·---·····-~ 108~ CHICO M2-106 FRE:IGHTLINER WAST(: OIL__ ---' JQ8 ,fRESNO 1 M2-106 FREIGHTLINER. .... WASTE OIL 108 ~DIXON _~---"--'-·"""·~·-'-"'""'-·'-... IM2-106_ . FREIGHTLINER I ___ __) 08 ~DIXON --------------""~-=--'-! M2-106 FREIGHTLINER 108 ~DIXON M2-106 FREIGHTLINER 1 108 ~DIXON ----------M2-106 FREIGHTLINER WASTE OIL L----to ~lxoN . I M2-1o6 IFREIGHfuN_E:B IVVASTE OIL -1 m "">< ...... :::r 0 c: .... -· ... ~llJ ·- qDRUM TRUFkS UNil # ,,,, ILO.C~:tit>N OUTY --M~KE MODEL .... 2004FRESNO M2.,106 .FR$.1GHTLINER IBN DRUM TRUCK ,200~01XON M2-106 FREIGHILINER IBN ORUMTHUCK 200$QHIGO M~~tos FRE:IGHII-IN~B_-~ . IBN DRUMTRUCK 2ooKHICQ M2~tos FREIGHTUNEH IBN [)RUM TRUCK 201lUNION CITY M2-106 FREIGHTLINER IBN DRUM TRUCK ~6~ .. g~~ENS " "":··~-=~-' ,, ------·-'_j~~t~-~---~-···-· -· "" ~~-;~~:~~~~:~~~~-.. · m • J.:x 6~0M _;~0g~ H I ~OHIUNION ~ITY .M2.,106 IFREJGHTI,..INER B!V DFWM TRUCK 202 t UNION CITY . M2-106 IFREIGHTLINER IBN DRUM TRUCK 206~DIXON/ ACTERRA !STERLING IBN DRUM TRUCK 20B1DIXON 476~1NTERNATlONAL -lE3N DRUM TRUCK P.--·· ~i~~~~~~g'TY 490 ~~~~~~~~~~:.. -~~-6~~~ ~~~6~-.. . .. I ~~:~~~6__ ~~~~~~: ~~~~:~~~~:~-~~ ~~!S~i~--~'-~~.;._--=----~~-'-1 TOTAL:.~9 ~.f\J1_1FREEZE . ..... _ _ UNIT# I LOCATION .. !MODEL IIVIAKE .. JD.UTY 300 CERES .. . ... .. . .. M2-:-106 .FREIGHTLINEI1 . 6/VANTIEREEZE 3oo FRESNO __ --~-M2='106 . Ff3£!QHTUN=E~R:._.----+::;.;aN~_-. -~A:;..;N~J'~F,;..:R=EE=z;;;.::E:;.;..-'""""'-~---.-..,..;-j·l :300 OIXPN M2-1Q§ FRE!GHT~JNER BIYANTifREE~E 326JUNION(:;IT Y --·· -IM2-106 IFREIGHTLINER ITANI<TRUCKANTIFREEZE I ... TOTA_L:::J .· .... ~--....... - TWO AXLE (Transporters} -----~~........_--------. UNIT# LOCATION MODEL .. MAKE . DUTY 400 CERES -CASCADIA FREIGHTLINER 2 AX DAY CAB ROUTE SALES 1------+--------~----------· "" " " " ' • ' . " ' H • '" " 4QQ ' UNIONGITY -. ... CASCAQIA FREIGHJL1Nf;f3 ~ 2 MPALC.AEIJ{OCL)TE SALE$ 406!\CERES CASCADIA FREIGHTLINER 12 AX DAY CAB ROUTE SALES m ~>< CO:T 0 c= --· ,... ~m r-----.. ···.·.· 400 CHICO CASCADIA FREIGHTLINER 401 UNIQNCITY CASCADIA FREIGHTLINER 401 · UNION CITY CASCADIA fREIGHTLINER 401 UNION CITY CASCADIA FREIGHTLINER 401 1 UNION CITY CASCADIA FREIGHTLINER 401' UNION CITY CASCADIA FREIGHTLINER ----- 401, UNION CITY CASCADIA FREIGHTLINER 441 FRESNO. COLUMBIA FREIGHTLINER TOTAL=2 ~ ----"--~ r---· --·---------· THREE_ AXLE DAY C~B (Bulk~~r1dY a~~~m) __ ..-.;__..._........_. UNIT# LOCATIQN M.OOEL . MAKE 500 DIXON CASCADIA 125DC FREIGHTLINER 500 DIXON CASCADIA 125DC FREIGHTLINER 501 DIXON CASCADIA FREIGHTLINER 501 DIXON CASCADIA FREIGHTLINER 501 DIXON CASCADIA . ":c FREIGHTLINER ----------------·---"--·-~---...... ----~-----.. __ ,.. __ ...... ~__.. . 501 DIXON ·CASCADIA .. FREIGHTLINER .........._. . . . . ~ . . . . . ' _, 514 FRE~N q __ ••. ~"----· . ·-. FLD120 . ~-..._...-- . FREIGHJLINEH _____ •. .,......,_.._ TOTAL=2E --·-: _,.. __________ ------------~ THREE AXLE SLEEPER CAB (Line Haulers) 1--· . . --;------~-.·. .. . UNIT# LOCATION MODEL MAKE 600" DIXON CASCADIA FREIGHTLINER 600 DIXON CASCADIA FREIGHTLINER --.~ .. -- FREIGHTLINER . 600 ~HI CO CASCADIA .... 67.1 j[)IXON 'VNL VOLVO TOTAL=2 ~ -·-· _,.;. ___ ,;..,......._ __ .. BBL VAC TRUCKS UNIT# LOCATION MODEL MAKE 700' DIXON M2-106 FREIGHTLINER 700 DIXON M2-106 FREIGHTLIN ER ------'----· - 2 .AX DAY CAB RQUTE !:),L\~ES 2 A)( RAY CAB ROUTE $ALES 2 AX DAY CAB RQVTE !:)Al.,,E$ 2 AX PAY CAB ROUTE SAL_ES 2 AX DAY CAB ROUTE SALES 2 AX_ DAY CAB ROUTE SALE $ 2 AX DAY CAB ROUTE SALES 2 AX DAY CAB ROUTE SALES_ ..... ., OUTY 3 AX DAYCAB BULK/VACUUM ~AX DAY CAB BULK/VACUUM 3 AX DAY CAB BULK/VACUUM ·~A)( DA'(CAB BULK/VACUUM 3 AXDAY CAB. BULK/VACUUM ----·- 3 AX DAY CAB BULK/VACUUM . JAx DAY CAB BULIWACUUM DUTY 3 AX SLEEPER CAB LINE TRU 3 AX SLEEPER CAB LINE TRU 3 AX. SLEEP~R CAB UNE TRU DUTY 3 AX TANK TRUCK VACUUM m .ilo)( CD::r 0 a= .... -· -g:m Exhibit B 50 of 53 I. Describe complete process of waste oil (containing less than 1,000 PPM Halogens) disposal beginning with pick-up at Participating Agency to final disposition of oil. Include al1 documentation that will be provided to Participating Agency. Explain how the waste oil will be disposed of and what proof will be provided to Participating Agency indicating appropriate disposal. Waste oil is picked up from Participating Agency and transported to disposal facility. Disposal facility (DeMenno-Kerdoon) recycles into asphalt flux, fuel oil cutter and marine diesel oil. Asbury service order is the paperwork Participating Agency will retain as proof of disposal. Exhibit 8 51 of 53 Quotation No. 926-5472 Page 33 CHECKLIST This Checklist is provided to assist the vendors in the preparation of their bid response . Included in this list. are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline , the bidder must read and comply with the bid in its entirety. Check off each of the following: 1 . X 2. _K_ 3 . 'x 4 . All signatures must be in blue ink. The Request for Quotation (RFQ) has been signed and completed. One (1) original and two (2) copies of the RFQ have been provided . Addenda , if any , have been completed , signed and included in the bid package . 5 . _L The completed Reference List as provided with this RFQ. 6. ~ 7. ____x_ 8 . _L 9. ~ 10. ~ 11 . _ll(_ 12. ~ 13. ___±__ 14. ~· 15 . _L The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed in ink. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ . The Participation page as provided within this RFQ has been signed and included The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if. applicable) has been completed signed and included. Bidder to Complete page as provided with this RFQ . Verification of Department of Industrial Relations Contractor Registration. Verification of Contractor's License and the Department of Consumer Affairs-Contractors' State License Board . Specification, descriptions etc. for items offered under bidder(s) quotation. A description of the design and techniques that the bidder will use to complete the project. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box , etc. transmitting your bid include the following information : County of Fresno RFQ No. _9;....;:2:;.;;6-'-54.;;.....;.;7-=2'----------------'• '.1 Closing Date: ....;J:;.:u=.:t.Ly..:1.=9.!....:, 2::;0:::..;1:..:6:....__ ______________ _ Closing Time: _2;::..:...::D;.;:D--=.P--=·=M:..:... _________________ -ti Commodity or Service : Waste Oil, Used Filters, Antifreeze and Solvent ; Disposal Services Return Checklist with your RFQ respc:>nse. COUNTY OF FRESNO ADDENDUM NUMBER: ONE :(1) RFQ NUMBER: 926-5472 Exhibit 8 52 of 53 WASTE OIL, USED FILTERS, ANTIFREEZE AND SOL VENT DISPOSAL S·ERVICES Issue Date: .July 7, 2016 IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: ro.MY CF FRffi\0, PLR:liASIN3 4525 EAST ..wviLTCNAVENLE, 2'1 Acxr FR5NJ, CA 937CJ24500 PLOSING DATE OF QUOTATION WILL BE AT 2:00P.M., ON .JULY 19, 2016~ QUOTATION "WILLSE CONSIDERED LATE-WHEN THE OFFICIAL PURCHASING TfME-CI.OCK READS2:00 P.M. AJiq.detiO'l ri::JTmtimWII be a.rciWefa n:MeNater ~ CW3Id. Oaificaioo ri sprlficciiars is to be dred.ed to: Debbie Scharnick, phone (559) 600~7110 or e.-mail County1)urchasing@Co.fresno.c<J.us. N01'E THE ATTACHED ADDITIONS, DELETIONS ANDIOR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 926-5472 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SlGN IN BLUE INKAND RETURN THIS ADDENDUM WITH YOUR QUOTA TJON. - AC.!WQVVLE5PGMENIQEADPENQUM NUMBER One-l1l TO REO 926-§472 COMPANY NAME: SIGNATURE {lnBt.elri<): NAME & TITLE: Purchasing Use: ~ Asbury EnvironmenljaJ Services . )!:. ·~ I -~ Michael Aven, Manager Go~veh\=-:.:=m=e"":nt=Ac=·=e:..::.o=un=ts=-------~~~ (PRINT) OR~ruon:551~/5511~ G:\PUBLIC\RFQ\FY 2015--16\926-5472 WASTE OIL. USED Fll TERS, ETC. mSPOSAL SERVICES\926-5472 ADO 1.DOC (10/2015) Addendum i\lo. One:('i} Request for Quotation Number: 926-5472 July 7, 2016 Exhibit B 53 of 53 Page2 Notice is hereby given that Request for Quotation {RFQ) No. 926-5472 shall be amended to include the following: 1) The successful bidder shall furnish quarterly reports which document oil and filters collected within each quarter. The reports shall be reported as follows: a) One (1) report that consists of a summary of oil and filters collected (Microsoft Excel format), as well as supporting manifests for the Fleet Services Division. This report shall be furnished to the following County representative: Department oflntemal Services, Fleet Services Division ATTN: Dennis Kerns 4551 East Hamilton Avenue Fresno, CA 93702 dkerns@coJresno.ca.us b} One (1) report that consists of a summary of oil and filters collected (Microsoft Excel format), as well as supporting manifests for the Sheriff's Office Fleet Services . This report shall be furnished to the following County representative: Fresno Sheriff's Office, Fleet Services ATTN: Sgt. James Dockweiler 2200 Fresno Street Fresno, CA 93721 james.dockw eiler@fresnosheriff.org c) One (1) COMPREHENSIVE report that s.ummarizes oil and filters collected (Microsoft Excel format), as well as supporting manifests for ALL County facilities (Fleet Services, Road Maintenance, American Avenue Disposal Site), as well as All Used Oil Certified Collection Centers (as outlined in Group I, Section 8 of RFQ 926-5472. This comprehensive report will be utilized for reporting purposes to the State of California, Department of Resources Recycling and Recovery. This report shall be furnished to the following County representative: Department of Public Works and Planning, Resources Division ATTN: Mike Griffey 2220 Tulare Street, 6111 Floor Fresno, CA 93721 m o riffeytwco.fresno .ca .us 2) Paragraph 1 of Group ~. Section 8 (Page 24) of the Quotation Schedule pertaining to the removal of oil and filters from Certified Collection Centers shall be amended to read as follows: a) Used oil removal and used oil filter disposal services for thirty-six (36) used oil Certified Collection Centers (CCCs) listed in the following table . Additional centers may be added periodically to better serve do-it-yourself oil changers throughout the County. Potential new sites may include auto parts stores, repair facilities, municipal facilities, and others located in incorporated cities and/or surrounding communities including but not limited to Auberry, Biola, Caruthers, Clovis, Coalinga, Easton, Firebaugh, Fowler, Friant, Huron, Kerman, Kingsburg, Laton, Mendota, Orange Cove, Parlier, Prather, Reedley, Riverdale, Shaver Lake, San Joaquin, Sanger, Selma, Squaw Valley, and Tranquillity. DIVISION STAFF REPRESENTATIVES -INVOICING, BILLING, AND PAYMENTS NAME DIVISION ADDRESS PHONE EMAIL Allen Moore County Fleet Services 4551 East Hamilton Avenue 559.600.7530 amoore@co.fresno.ca.us Fresno, CA 93702 Stan Tiller County Fleet Services 4551 East Hamilton Avenue 559.600.7530 stiller@co.fresno.ca.us Fresno, CA 93702 Todd Porterfield County Fleet Services 4551 East Hamilton Avenue 559.600.7530 tQorterfield@co.fresno.ca.us Fresno, CA 93702 James Dockweiler Sheriff Fleet Services 2200 Fresno Street 559.600.8592 james.dockweiler@fresnosheriff.org Fresno, CA 93721 Jim Hodge Road Maintenance & 2220 Tulare Street, 6th Floor 559.600.4240 jhodge@co. fresno.ca. us Operations Fresno, CA 93721 Resources-Solid Waste 2220 Tulare Street, 6th Floor Sally Lopez Planning (Used Oil Fresno, CA 93721 559 .600.4259 mslo Qez@co. fresno. ca. us Recycling Program) Resources -Solid Waste 2220 Tulare Street, 6th Floor Mike Griffey Planning (Used Oil Fresno, CA 93721 559.600.4259 mg riffey@co. fresno. ca. us Recycling Program) Craig Nickel Resources-American 2220 Tulare Street, 6th Floor 559.600.4259 cnickel@co.fresno.ca. us Avenue Disposal Site Fresno, CA 93721 Thomas Hunt Resources -American 2220 Tulare Street, 6th Floor 559.600.4259 thunt@co.fresno.ca.us Avenue Disposal Site Fresno, CA 93721 ~ ...... =. s_g; ..... o SELF-DEAUNG TRANSACTION DISQ.OSURE FORM Exhibit D 1 of 2 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest" The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1} Enter board member's name, job title (if applicable), and date this disclosure is being made. (2} Enter the board member's company/agency name and address. (3} Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5} Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4}. (1} Company Board Member Information: Name; Date: Job Title; {2} Company/ Agency Name and Address: (3) Disclosure {Please describe the nature of the self-dealing transaction you are a party to): Exhibit D 2 of2 (4} Explain why this setf-dealing transaction is consistent with the requirements of Corporations Code 5233 (a): (5} Authorized Signature Signature : I I Date : I